MODIFICATION
X -- The General Services Administration (GSA) is seeking expressions of interest to lease space for a prospectus level project (PNJ-01-NW16) not to exceed 123,000 rentable square feet of office space for lease to the Federal Government. (GSA) seeks to lease:
- Notice Date
- 6/23/2017
- Notice Type
- Modification/Amendment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), PBS Center for Broker Services (47PA05), See procurement notice or solicitation for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- 4NJ0222
- Archive Date
- 8/9/2017
- Point of Contact
- Frank Truesdell, Phone: 973-908-6121, Amanda Williams, Phone: 5133220339
- E-Mail Address
-
frank.truesdell@cushwake.com, amanda.williams@gsa.gov
(frank.truesdell@cushwake.com, amanda.williams@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- State: New Jersey City: Newark Delineated Area: NORTH: Interstate 280 Essex Freeway SOUTH: Kinney Street EAST: McCarter Hwy to Edison Pl to Aling St to Market St to Raymond Blvd to City Dock St to Centre Pl to McCarter Hwy WEST: University Ave to Washington St Minimum Sq. Ft. (ABOA): 106,835 Maximum Sq. Ft. (ABOA): 106,957 Maximum Sq. Ft. (RSF): 123,000 Space Type: Class A, Office space Parking Spaces (Total): 58 Parking Spaces (Reserved): 58 Parking Spaces (Secured): 21 Full Term: 15 Years Firm Term: 10 Years Option Term: 0 Years Additional Requirements: Offered Space must be located in contiguous blocks on contiguous floors within the offered building. Office Space cannot be located in the basement or below grade space. Approximately 40,857 ABOA of the space will be utilized for a Laboratory and Laboratory related functions. Approximately 3,747 ABOA of space is preferred but not required to be located above the ground floor and does not need to be located on the same floor as the Laboratory space. The Government has strict ventilation specification. Space offered for the laboratory area must be in close proximity to a roof or other exterior area where laboratory HVAC and exhaust equipment can be mounted and conveniently ducted and otherwise connected to the offered space. The Government will utilize specialized equipment in the laboratory space. As a result, The Government has strict requirements related to building vibration and sway. Structural slab in the laboratory shall also be constructed to minimize structure borne vibrations. Each offered space shall be submitted with a stamped engineering report verifying that the space meets the strict requirements. In areas of the lab, the slab to slab ceiling height must be no less than 11'0". Many areas throughout the lab and office space will require a 250 lbs/square foot live load. The lab structural slab is required to have a 125 lbs/sf live load except for vault areas which are required to have 250 lbs/square foot live load. The location must be within walking distance of public transportation. Freight elevator access to all occupied floors is required. Loading Dock access is required. Design of new building systems should be capable of meeting LEED Silver certification Energy Star certification The building shall comply with applicable security requirements of the Department of Homeland Security and will be classified as Level III facility. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year, including freight elevator and loading dock access. Buildings offered for consideration must be within the defined delineated area as shown above and have the ability to meet all current Federal/GSA/PBS, State, and Local codes and regulations including, but not limited Federal Fire Safety, Accessibility 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. Expressions of Interest must be received in writing no later than July 25, 2017 and should include the following information: • Building name and address, and location of space in the building. • Site map and plans, if available. • One-eighth inch scale drawing of space offered. • ANSI/BOMA defined Office Area Square Feet. • Rentable Square Feet (RSF) offered and rental rate per Square Foot. (Specifying services, utilities, electricity, and tenant improvement allowance included) • Percentage of common Area factor used to determine the Rentable Square Feet. • Name, address, telephone number, and email address of authorized contact. Submission by other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. In no event shall the Offeror enter into negotiation or discussions concerning the space to be leased with representative of any Federal Agency other than the officers and employees of General Services Administration (GSA). Expressions of Interest Due: July 25, 2017 Market Survey (Estimated): August 2017 Occupancy: Government has an open-ended termination right that can be exercised as early as June 1, 2019. 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 the space to be leased with representatives of any Federal Agency other than the officers and employees of General Services Administration (GSA) or its authorized representatives at Cushman & Wakefield. Send Expressions of Interest to Name/Title: Frank Truesdell, Managing Director Address: Cushman & Wakefield, U.S. Inc. 99 Wood Avenue South, 8th floor Iselin, NJ 08830 Office/Cell: Direct: 973-908-6121 Cell: 862-204-9257 Email Address: frank.truesdell@cushwake.com Government Contact Lease Contracting Officer Queen Ebony Vu Broker Cushman & Wakefield, U.S., Inc. Reference Project No.: 4NJ0222
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/17b36aa31466d119657f3f4711ec6607)
- Place of Performance
- Address: Trenton, Trenton, New Jersey, United States
- Record
- SN04556196-W 20170625/170623235104-17b36aa31466d119657f3f4711ec6607 (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 |