SOLICITATION NOTICE
X -- US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN NEW ORLEANS, LA
- Notice Date
- 9/30/2019
- Notice Type
- Presolicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- 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
- 8LA2287
- Archive Date
- 11/5/2019
- Point of Contact
- Jason Lichty, Phone: 972-739-2213
- E-Mail Address
-
jason.lichty@gsa.gov
(jason.lichty@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:Louisiana City:New Orleans Delineated Area:Northern Boundary: From the intersection of I-55 and I-12, traveling east on I-12 to the intersection of I-12 and I-10. Eastern Boundary: From the intersection of I-12 and I-10, traveling south on I-10. then traveling southeast on Pontchartrain Expy until Pontchartrain Expy intersects with the Mississippi River. Southern Boundary: Where Pontchartrain Expy intersects with the Mississippi River, follow the Mississippi River west until the Mississippi River intersects with I-310. Western Boundary: Where the Mississippi River intersects with I-310, traveling north on I-310, then traveling northwest on I-310, then traveling north on I-55 to the intersection of I-55 and I-12. Minimum Sq. Ft. (ABOA):19,604 Maximum Sq. Ft. (ABOA):19,604 Space Type:Office Parking Spaces (Total):37 Parking Spaces (Surface):On-site parking for visitors in accordance with local code Parking Spaces (Structured): Parking Spaces (Reserved):37 fenced secured parking spaces Full Term:17 Years Firm Term:15 years Option Term: Additional Requirements:The awarded location will be occupied by a law enforcement agency with Level II security requirements as defined by the latest ISC pronouncement. Each offered location will be assessed by Agency security personnel and site specific security requirements may be developed to be included with any offer for that location. Ground floor space is preferred. The following special requirements will apply for this solicitation 1) If offering is a multi-floor building, a minimum of 7,838 sf ground floor space is necessary for detainee processing 2) Proposed building and site layout must have the ability to provide an enclosed and secure "sally port", used for detainee transportation. Sally port must have dedicated entrance into ground floor space (mentioned in item 1), and must be able to accommodate 40' bus with adequate entrance/exit and turn radius. 3) If offering is a multi-tenant building, a dedicated elevator is required for agency use. 4) Space must be in contiguous layout, and on contiguous floors if offering is multi-floor 5) A minimum of 20' setback measured from building facade to any point of vehicular access is required and shall have the ability to secure with physical restraints such as bollards, fences, or walls. A total of 37 secured structured (inside or outside) parking spaces for GOVs must be available on-site and directly accessible to the government controlled space. GOV parking shall be provided as part of rental consideration. Additional on-site parking shall be provided for visitors and employee vehicles in accordance with local code. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year. Buildings offered may be eliminated that are located within 1,000 lineal feet of schools, daycare centers, residential zoning/concentration, hotels, or areas of high civilian activity or vulnerability. Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, may be eliminated from consideration. This offered facility must be considered professional with modern construction. The site shall be easily accessible by main thoroughfare but inconspicuous or discreet to public and traffic. Preference will be given to locations that are within short driving distance to concessions and other professional business offerings. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Government may consider separately metered utilities. Expressions of Interest Due:October 21, 2019 Market Survey (Estimated):November 2019 Offers Due(Estimated): March 2020 Occupancy (Estimated):September 1, 2021 Expressions of interest must include the following information: 1.Building name and address and location of the available space within the building 2.Rentable square feet available, and expected rental rate per rentable square foot, fully serviced 3.ABOA square feet to be offered, and expected rental rate per ABOA square foot, fully service. 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 and evidence of authority to submit property. 6.*Amount of parking available on-site 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 building services provided 9.If know, are Building, space, and parking accessibility in compliance with ABAAS. 10.If know, are Building, space, and parking compliance with fire and life safety and seismic requirements. 11.If know, are Building, space, and parking compliance with ISC and Publication 64 security standards. Send Expressions of Interest (RLP 8LA2287) to: E. Government Contact: Broker Jason Lichty Savills Studley, Inc. 2200 Ross Ave., Suite 4800E Dallas, TX 75201 jason.lichty@gsa.gov Direct phone: 972-739-2213
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff2d6cc127b6934c485e0ebc8621aafb)
- Place of Performance
- Address: New Orleans, Louisiana, United States
- Record
- SN05464145-W 20191002/190930231008-ff2d6cc127b6934c485e0ebc8621aafb (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 |