Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
SOLICITATION NOTICE

X -- U.S. Government seeks to Lease 10,903 - 11,400 ABOASF of office space in Vienna / Tysons Corner, VA

Notice Date
10/16/2014
 
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
2VA0637
 
Archive Date
11/11/2014
 
Point of Contact
Howard A Traul, Phone: 202-719-5860
 
E-Mail Address
howard.traul@am.jll.com
(howard.traul@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia County: Fairfax City: Vienna / Tysons Corner Delineated Area: North – Dulles Toll Road / Route 267; East – I-495; West – Hunter Mill Road to Chain Bridge Road; South – Arlington Boulevard / Route 50. Minimum Sq. Ft. (ABOA): 10,903 Maximum Sq. Ft. (ABOA): 11,400 Space Type: Office Parking Spaces (Total): Parking must meet local code. Full Term: 10 years Firm Term: 5 years Option Term: 0 years Additional Requirements: Subleases are not acceptable. The Government prefers street-level, contiguous (same floor) space. Contiguous upper floor space on one floor which meets GSA lease criteria and has handicapped accessible elevator service (two (2) elevators minimum) to the government office floor is an acceptable alternative. The space must be within ½ mile of public transportation. Space should be professional quality office space. The overall dimensions of the space shall have a maximum length to width ratio of 2 to 1. Blocks of space allow maximum flexibility for furniture placement, i.e., few or no columns or other obstructions, rectangular in shape, no curves or off-sets, and with large open areas. Space requiring ramps inside the office will not be acceptable. Columns in the space must be at least 20 feet from any interior wall and from each other (clear distance) and be no more than two feet square. The Government intends to use the information requested below from prospective sources to issue a Request for Lease Proposal. This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal that will be sent out pursuant to this advertisement. The Government currently occupies leased office and related space that will be expiring. The required occupancy date is no later than May 31, 2016. Whether or not an offered building can meet the required occupancy date is in the sole discretion of the Contracting Officer. 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, and OSHA by the required occupancy date per the terms of the Lease. The building must also have the ability to meet certain building and energy efficiencies in accordance with the Energy Independence and Security Act. The proposed leased space shall be fully serviced. Offered space shall not be in a flood plain that floods more often than a 100 year flood plain. Offered space in a 100 year flood plain will not be considered, if there is other offered space in a 500 year flood plain or flood plain that floods less often than a 500 year flood plain or that is not in a flood plain. If the only offered space is in a 100 year flood plain, then it will be considered if there are no practical alternatives. Expressions of Interest must be received in writing no later than Monday, October 27, 2014 at 12:00 PM, and should 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 full service rental rate per RSF; • ANSI/BOMA office area (ABOA) square feet offered and full service rental rate per ABOA SF; • Scaled floor plans (as-built) identifying offered space; • Evidence of ability to meet the required occupancy date of no later than May 31, 2016; • 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: October 27, 2014 Market Survey (Estimated): November 19, 2014 Offers Due (Estimated): February 12, 2015 Occupancy (Estimated): May 31, 2016 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 General Services Administration (GSA) Lease Contracting Officer or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to the mailing or email address below: Jones Lang LaSalle Americas, Inc. Attn: Howard Traul 1801 K Street, NW – Suite 1000 Washington, DC 20006 (202) 719-5860 Howard.Traul@am.jll.com With a copy sent to: GSA – Public Buildings Service Attn: Glenn Harvey 301 7th St SW, Room 1610 Washington, DC 20407 Glenn.Harvey@gsa.gov Please reference Project Number 2VA0637. Contracting Office Address: 1801 K Street, NW – Suite 1000 Washington, DC 20006 Primary Point of Contact: Howard Traul GSA Broker Representative Jones Lang LaSalle Howard.Traul@am.jll.com (202) 719-5860
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2VA0637/listing.html)
 
Record
SN03552183-W 20141018/141016235024-93ef505064fcfe060bcde4585693ceee (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.