Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
SOURCES SOUGHT

X -- U.S. Government Seeks to Lease and Purchase Office and Related Space in Washington, D.C.

Notice Date
4/16/2014
 
Notice Type
Sources Sought
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Leasing Policy and Performance Division (WPQ), 7th & D Streets, S.W., Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
1DC2172
 
Point of Contact
marcus wayne witowski, Phone: 2022600492, Mark Stadsklev, Phone: 202-641-5277
 
E-Mail Address
marcus.witowski@gsa.gov, mark.stadsklev@gsa.gov
(marcus.witowski@gsa.gov, mark.stadsklev@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State: District of Columbia County: District of Columbia Delineated Area: Central Employment Area (CEA) Minimum Sq. Ft. (ABOA): 504,000 Maximum Sq. Ft. (ABOA): 504,000 Space Type: Office Parking Spaces (Total): Parking Spaces (Surface): Available pro rata per code at market rate Parking Spaces (Structured): Available pro rata per code at market rate Parking Spaces (Reserved): 0 Full Term: 10 years Firm Term: 10 years Option Term: 0 years Additional Requirements: Space must be contiguous. Must include option to purchase the building at the expiration of the Firm Term The Government currently occupies office and related space in a building under lease that will be expiring on September 28 th, 2015. The Government is considering alternate space if economically advantageous. The Government intends to use the information that it receives in response to this advertisement as a basis to develop a cost-benefit analysis that will 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 alternative 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. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards 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. 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, and seismic protection by the required occupancy date. Expressions of Interest Due: April 25 th, 2014 Occupancy: September 29 th, 2015 EXPRESSIONS OF INTEREST MUST BE RECEIVED IN WRITING NO LATER THAN NOON APRIL 25 TH, 2014 AND SHOULD INCLUDE THE FOLLOWING INFORMATION AT A MINIMUM: · Building name and address; · Location of space in the building and date of availability; · Name of closest operational Metro Rail Station and distance in walkable linear feet from the Metro Rail station; · ANSI/BOMA defined office area/usable square feet (USF) Offered and Rentable Square Feet (RSF) offered identifying the specific floors and square footage on each (with Common Area Factor); · Rental rate per rentable square foot (based on the GSA Warm Lit Shell). Include a $46.85/usf Tenant Improvement Allowance in the offered rate. · Evidence of ability to meet the required occupancy date of no later than September 29 th, 2015; · Name, address, telephone number, and email address of authorized contact. · Building purchase option price In the event that a potential offeror fails to provide specific rental rate or other required information as part of its response to this advertisement, the Government reserves the right to assume that the potential building in question cannot meet the Government’s requirements. With specific respect to expected rental rate information, the Government will assume a maximum rental rate taking into consideration lease prospectus limitations and thresholds in the event the respondent fails to include such information. Authorized Contacts: 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). Expressions of interest should be e-mailed to: mark.stadsklev@gsa.gov with a copy to marcus.witowski@gsa.gov Please reference Project Number 1DC2172. Contracting Office Address: 7 th & D ST, NW Room 1070 Washington, District of Columbia 20407 Primary Point of Contact: Mark Stadsklev, Contracting Officer mark.stadsklev@gsa.gov (202) 641-5277
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPES/1DC2172/listing.html)
 
Place of Performance
Address: 301 7th and D St. SE, Washington, District of Columbia, 20002, United States
Zip Code: 20002
 
Record
SN03340623-W 20140418/140416235406-04ce34f43a8a3fac835bfa510ede928a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.