SOLICITATION NOTICE
X -- UNITED STATES GOVERNMENT SEEKS EXPRESSIONS OF INTEREST FOR LEASE OF WAREHOUSE AND RELATED SPACE IN SUBURBAN MARYLAND AND WASHINGTON, DC (4MD0281).
- Notice Date
- 10/7/2014
- Notice Type
- Presolicitation
- 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
- 4MD0281
- Archive Date
- 11/1/2014
- Point of Contact
- Nicholas A. Nimerala, Phone: 202-719-5797, William F. Craig, Phone: 703-485-8736
- E-Mail Address
-
nick.nimerala@am.jll.com, bill.craig@am.jll.com
(nick.nimerala@am.jll.com, bill.craig@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- The U.S. General Services Administration (GSA) seeks to lease the following space: State: Maryland and District of Columbia City: Various Delineated Area: (See Attached Map) North: Wootton Parkway to Edmonston Drive to Viers Mill Road to Randolph Road to Columbia Pike to Inter-County Connector (200) to Virginia Manor Road to Muirkirk Road to Old Baltimore Pike to Edmonston Road to Powder Mill Road East: I-295 South: Greenbelt Road to University Boulevard to Riggs Road to Riggs Road NE to Missouri Avenue NW to Military Road NW to Western Avenue NW West: River Road to Great Falls Road Minimum Sq. Ft. (BRSF): 71,000 Maximum Sq. Ft. (BRSF): 75,000 Approximate Sq. Ft. (ABOA): 71,500 Space Type: Warehouse Parking Spaces (Total): Pro rata share - not less than code at market rate Parking Spaces (Surface): Pro rata share - not less than code at market rate Parking Spaces (Structured): Pro rata share - not less than code at market rate Parking Spaces (Reserved): Zero (0) Full Term: 10 years Firm Term: 10 years Option Term: N/A Mandatory Occupancy Date: No later than September 30, 2015 Additional Requirements: - Space must be contiguous - Approx. 36,500 RSF Office / Lab / Other - Approx. 35,000 RSF Warehouse - Minimum clear height 10' (Office/Lab) - Minimum clear height 21' (Warehouse) - Minimum of one (1) truck-height loading dock - Minimum of one (1) drive-in O/H door - Maximum floor loads of 200 lbs per SF - Minimum column spacing 39' in at least one direction (Warehouse) - Minimum column spacing 18' (Office) - Roof access for equipment installation - Approx. 5,000 SF of Wareyard space The Government currently occupies space in a building under lease LMD00212 that will be expiring on September 30, 2015. The replacement lease will include approximately 18,000 RSF of expansion space. 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 and 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 alternative space that potentially can satisfy the Government's requirements, as well as the costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure and nonproductive agency downtime. Building(s) offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current applicable Federal, state, and local government building codes and regulations including, but not limited to, fire and life safety, accessibility, sustainability, OSHA, and seismic protection standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. The Government's decision will be based, in part, on information received in response to this advertisement. In the event that a potential Offeror fails to provide the requested information, the Government reserves the right to assume that the potential Offeror in question cannot meet the Government's requirement. GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential Offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of GSA or their authorized representative, Jones Lang LaSalle Americas, Inc. 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. Expressions of Interest Due: October 17, 2014 Market Survey: TBD Offers Due: TBD Occupancy: No later than September 30, 2015 Expressions of Interest must be submitted in writing and must include the following information in order to be deemed compliant and be eligible for further consideration: 1. Building name and/or address 2. Building age 3. Date space will be available for commencement of tenant improvements 4. Location of space within the building 5. One-eighth inch scale drawing of offered space 6. ANSI/BOMA Office Area (ABOA) square feet offered 7. BOMA rentable square feet (BRSF) offered 8. Common Area Factor used to determine the BRSF 9. Rental rate NET OF ELECTRIC per ABOA square foot (utilizing a tenant improvement allowance of $7.15 per ABOA square foot) 10. List of building services provided 11. Location, number, and cost of parking spaces available to the Government 12. Number of loading docks associated with the offered warehouse space 13. Number of drive-in overhead doors associated with the offered warehouse space 14. Minimum clear height for the offered warehouse and office space 15. Maximum floor load (lbs/sf) for the offered warehouse space 16. Whether roof access is available for equipment installation 17. Amount, location and configuration of offered wareyard space 18. Building setback information 19. Name, address, telephone number, and email address of authorized contact 20. Owner's name and address, and a written statement from owner identifying owner's representative and granting it authority to provide information on the property Expressions of Interest shall be submitted to the Government's Broker Representative at the following address: Nick Nimerala Jones Lang LaSalle Americas, Inc. 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5797 E-mail: nick.nimerala@am.jll.com A copy shall also be sent to: General Services Administration 301 7th Street SW - Room 1610 Washington, DC 20407 Attention: Ms. Titilope Folayan Email: titilope.folayan@gsa.gov Expressions of Interest are due no later than 4:30 p.m. ET on OCTOBER 17, 2014. Please reference Project Number: 4MD0281. Government Contacts: Lease Contracting Officer: Tawanda Beverly Lease Contracting Specialist: Titilope Folayan GSA Broker Representatives: Nick Nimerala, Joe Judge, Whitney Aaronson
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/4MD0281/listing.html)
- Place of Performance
- Address: 301 7th Street, SW, Room 1610, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN03544859-W 20141009/141007234744-c17cce4c5b01b53a70b7b835a60af1fb (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 |