Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2014 FBO #4757
SOLICITATION NOTICE

E -- General Services Administration Seeks to Acquire Property in Foggy Bottom or Northern Virginia

Notice Date
12/1/2014
 
Notice Type
Presolicitation
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Studley Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004, United States
 
ZIP Code
20004
 
Solicitation Number
349044
 
Archive Date
1/3/2015
 
Point of Contact
Neil Levy, Phone: 2026248501, David Lipson, Phone: 2026248512
 
E-Mail Address
nlevy@savills-studley.com, dlipson@savills-studley.com
(nlevy@savills-studley.com, dlipson@savills-studley.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to acquire property as follows: Delineated Area: • Rosslyn/Ballston • Crystal City/Pentagon City • Foggy Bottom • In any event, an existing building must have an entrance, or an offered site must have a boundary line within 2,640 walkable linear feet to an accessible entrance to an existing Metrorail station Minimum Size: • Property must contain an existing building of or be able to construct between a minimum of 349,044 rentable square feet and a maximum of 507,858 rentable square feet of office space, plus parking as required by local code (including at least 101 official parking spaces), consistent with applicable zoning, and other restrictions imposed by law, or regulation Space Type: • Office Parking Spaces (Total): • As Above Parking Spaces (Surface): • As Above Parking Spaces (Structured): • As Above Parking Spaces (Reserved): • As Above Additional Requirements: • Facility Security Level IV to the Maximum Extent Feasible The Government is seeking expressions of interest from sources for the sale of a property providing a minimum of 349,044 rentable square feet and a maximum of 507,858 rentable square feet of office and related space, plus required parking to serve as all or a part of a consolidated headquarters for the United States Department of State's Bureau of Diplomatic Security. The Government will potentially consider three categories of properties: 1. Sites with an existing building or buildings willing to be conveyed to the Government; 2. Sites on which the developer is willing and able to construct a building or buildings providing a minimum of 349,044 rentable square feet and a maximum of 507,848 rentable square feet and parking and then convey site and building or buildings to the Government; and 3. Sites with an existing building or buildings which can be demolished and upon which the developer is willing and able to construct a building or buildings and parking required above. To be considered, interested parties must demonstrate that they either own the building(s) and/or site or have sufficient interest in the building(s) and/or site that they are able to convey it to the Government. The sufficiency of an interested party's ownership interest to convey the building and/or site shall be determined by the Contracting Officer in his reasonable discretion. The interested party must demonstrate that any offered site has or can have adequate public utilities, including two distinct sources or feeds of electrical power, or a reasonable equivalent, to assure continuity in operations in the event of a single failure, and in the case of new construction, water, sewer, and other utilities will be available at the site in order to support the proposed development. The interested party must also demonstrate that all required land use and zoning approvals can be secured on a schedule allowing the commencement of construction no later than June 2016. The site shall not be near any potentially high risk hazards, or in a 100 year flood plain. In the event that a potentially acceptable offer fails to provide required information as part of a response to this notification, the Government reserves the right to assume that the site in question cannot meet the Government's requirements. Expressions of Interest should include the following: 1. Site address or location; 2. Contact information and e-mail address of the Owner of the Site and Owner's Representative; 3. Adequate proof of ownership and ability to transfer the site to the Government; 4. Proof that the site meets the requirements for proximity to Metrorail 5. Demonstration that the site has the required minimum development potential set forth above and state the maximum amount of development that can be constructed on the site; 6. Demonstration that the site meets the public utilities requirement set forth above; 7. Identification of any existing site or off-site infrastructure that may benefit the Government; 8. Identification of any site or off-site infrastructure required for development as contemplated; 9. Evidence that the offered site can receive required land use and zoning approvals to allow construction commencement by June 2016; in furnishing this evidence, please include any available surveys, topography maps, or other documents identifying or describing the site, any easements, underground storage tanks, utilities locations, or any zoning, public or land use approvals secured or any environmental assessments or reports available ; 10. Any floor plans or CADD drawings of existing or planned buildings 11. Evidence that the offered site will meet the other specific requirements identified herein (including but not limited to proximity to Metrorail and amenities); and 12. The terms under which the developer is willing to sell an existing building or construct and sell a new building of a minimum of 349,044 rentable square feet to a maximum of 507,848 core and shell (warm lit) compliant with all applicable codes on a per rentable square foot basis including parking, plus the cost to manage design and construction of tenant improvements. Expressions of Interest Due: December 19, 2014 Market Survey (Estimated): January 2015 Initial Offers Due (Estimated): March 2015 Interested parties should send expressions of interest by electronic mail to: Santoni Graham Contracting Officer General Services Administration National Capital Region 301 7th Street, SW Washington, DC 20407 santoni.graham@gas.gov With a copy to: Neil Levy Executive Managing Director Savills Studley, Inc. 1201 F Street, NW, Suite 500 555 13th Street NW, Washington, DC 20004 202-624-8501 nlevy@savills-studley.com David Lipson Executive Vice President, Director Savills Studley, Inc. 1201 F Street, NW, Suite 500 202-624-8512 dlipson@savills-studley.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/349044/listing.html)
 
Place of Performance
Address: General Services Administration, National Capital Region, 301 7th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN03583991-W 20141203/141201234116-5ce4516e4c70dde80c4143535c375171 (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.