SOURCES SOUGHT
X -- UNITED STATES GOVERNMENT Seeks to Lease Warehouse Space in Virginia
- Notice Date
- 3/4/2014
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
- ZIP Code
- 20006-4044
- Solicitation Number
- 3VA0594
- Archive Date
- 4/2/2014
- Point of Contact
- Whitney Aaronson, Phone: 2027195832, William F. Craig, Phone: 703-485-8736
- E-Mail Address
-
Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com
(Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- General Services Administration (GSA) seeks to lease the following space: State: Virginia County: Various City: Various Delineated Area: North: I-66 West: Route 123 South: Furnace Road to Lorton Road to Richmond Highway (Route 1) East: Route 1 to Jefferson Davis Highway to Route 110 to I-66 Sq. Ft. (ABOA) Minimum: 9,942 Sq. Ft. (ABOA) Maximum: 9,992 Sq. Ft. (RSF): 9,992 Space Type: Warehouse Parking : 1 space which will be used for a stake body truck Full Term: 10 years Firm Term: 10 years Option Term: 0 years Additional Requirements: Subleases are not acceptable. Below grade/basement space and facilities with crawl spaces or attics will not be considered. The offered space must be heated and on the ground floor. The offered building must have at least 20'-0" clearance with a minimum of one (1) loading dock with a leveler. The Government intends to use this information from prospective sources to issue a Request for Proposal. The Government currently occupies leased warehouse space that will be expiring. Buildings offered for consideration must have the ability to meet all current Federal/GSA/PBS, State, and Local codes and regulations including, but not limited to, fire and life safety, handicapped accessibility, OSHA, seismic protection and sustainability standards by the required occupancy date per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 year flood plain. A full service lease is not required. The Government requires a net lease wherein the following costs are NOT included in the rent: water, gas, electric, and janitorial services. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. Expressions of Interest must be received in writing no later than March 18, 2014 at 4:30 PM, and must include the following information at a minimum: •· Building name and address; •· Location of space in the building and date of availability; •· Rentable Square Feet (RSF) offered and rate per RSF; •· ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA, inclusive of a Tenant Improvement allowance of $0.00/ABOA SF, meeting GSA's standard building shell requirements; •· Scaled floor plans (as-built) identifying offered space; •· Evidence of ability to meet the required occupancy date of no later than October 18, 2014; •· Site plan showing parking area(s) and loading area(s); •· Name, address, telephone number, and email address of authorized contact. Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. Projected Dates: Expressions of Interest Due: March 18, 2014 Market Survey (Estimated): April 2014 Occupancy (Estimated): October 18, 2014 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the offices and employees of the General Services Administration (GSA) or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to: Jones Lang LaSalle Attn: Whitney Aaronson 1801 K Street, NW - Suite 1000 Washington, DC 20006 (202) 719-5832 Whitney.Aaronson@am.jll.com A copy shall be sent to: GSA National Capital Region Lease Execution Division Attn: Nina Jones, Lynn Abram 301 7 th Street, SW - Suite 1610 Washington, DC 20407 Nina.Jones@gsa.gov Lynn.Abram@gsa.gov Please reference Project Number 3VA0594.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/3VA0594/listing.html)
- Place of Performance
- Address: 301 7th Street, SW, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN03301145-W 20140306/140304234642-c7712df65ce446e93f4d585490196caf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |