Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SOLICITATION NOTICE

X -- Notice of Intent

Notice Date
8/7/2014
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Real Estate Acquisition Division (4PR), 77 Forsyth Street, SW, Suite 500, Atlanta, Georgia, 30303-3427, United States
 
ZIP Code
30303-3427
 
Solicitation Number
4AL0162
 
Archive Date
9/13/2014
 
Point of Contact
Anthony E. Dickson, Phone: (404) 562-0798
 
E-Mail Address
anthony.dickson@gsa.gov
(anthony.dickson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Alabama City: Montgomery Delineated Area: South: South Decatur to Norman Bridge Road East: Madison Avenue to Atlanta Highway North: North Ripley to Lower Wemptke Road West: Maxwell Boulevard to Bell Street to Birmingham Highway 31 Minimum Sq. Ft. (ABOA): 13,010 Maximum Sq. Ft. (ABOA): 13,010 Space Type: Office Parking Spaces (Total): 60 Parking Spaces (Surface): 60 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 2 Full Term: 15 years, fully serviced Firm Term: 10 years Option Term: 0 Additional Requirements: See below United States Government Seeks Leased Office Space in Montgomery, AL The United States Government seeks to lease class “A” contiguous office space. The space offered must consist of approximately 14,961 rentable square feet yielding 13,010 ANSI/BOMA square feet in Montgomery AL. Ground floor space is preferred. Offered space must be within the (defined delineated area) and must meet Government requirements for fire safety, accessibility (ABAAS), seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. Space must be adapted to meet agency specific requirements. Space offered must allow for an effective and efficient layout. Space should accommodate a layout on no more that a single floor plate. The building must have a loading area either with double doors or an overhead door must be available in the building in which the space offered for the handling of pallet sized loads. The loading area is not required to be above grade. The space must be able to accommodate two separate entrances. One entrance is for employees and one for the public. Offered space will require two (2) reserved parking spaces at the site. Parking for twenty-seven (27) employees and thirty- one (31) visitors must be available for free or at a reasonable commercial rate within ¼ of a mile of a safe walking distance. Offered space must be in close proximity to public transportation. A commuter rail, light rail, or bus stop, that runs at no more than 20 minute intervals during business hours, shall be located within a ¼ safely walkable mile. The Offeror shall provide to the Contracting Officer a map showing the location of the public transportation stop (s) along the distance identified between the stop and the site. This information must be provided with the initial offer to the Government. At a minimum this project shall obtain LEED-Certification for Commercial Interiors (LEED-CI) for existing buildings or LEED – Silver Certification for New Construction (LEED-NC ) for new buildings. The successful Lessor, at the Lessor’s cost and expense, shall obtain certification from the U.S. Green Building Council (USGBC) within nine (9) months of project occupancy. Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception. Other Requirements apply and will be addressed in the Request for Lease Proposal and Lease. SUBMISSION REQUIREMENTS: Expression of interest must be submitted in writing and should include at minimum (This is not an invitation for bids or a request for proposals): 1. Build name/address and the location of the available space within the building; 2. Rentable Square feet available and the expected rentable rate per rentable Square foot, fully serviced; 3. ANSI/BOMA office area (ABOA) square feet to be offered and the expected Rental rate per ABOA square foot, fully serviced. Indicate whether the quoted Rental rate includes an amount for tenant improvements and state the amount (if any); 4. Date of space availability. 5. Building ownership information. 6. Amount of available parking onsite and its cost. Include whether expected Rental rate includes the cost of the required Government parking, (if any); 7. Energy Efficiency and renewable energy features existing within the building; 8. List of the building Services provided; 9. One-eighth inch scale drawing of space offered. 10. Name, address, telephone number, and email address of authorized contact. 11. In cases where the agent is representing multiple ownership entities, written acknowledgement is required. 12. Permission to represent multiple owners for the same submission. All services, supplies, utilities and tenant alterations are to be provided as part of the rental consideration. Subleases are not acceptable. Space must be ready for occupancy no later than May 1, 2017. In no event shall the Offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal agency other than the General Services Administration (GSA) Contracting Officer or their authorized representative. The GSA Contracting Officer is Elaine D. Peters, (404) 562-0128. Interested parties should contact Anthony E. Dickson GSA authorized representative, at (404) 562-0798 and may submit pertinent information no later than 5:00 pm, EST on August 29, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PE/4AL0162/listing.html)
 
Place of Performance
Address: 77 Forsyth Street, Suite 500, Atlanta, Georgia, 30345, United States
Zip Code: 30345
 
Record
SN03456377-W 20140809/140808000526-4102b2f0cb17cffc6551b3bdd8c505e2 (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.