SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space: Solicitation No. 0VA2527
- Notice Date
- 12/1/2020 11:43:39 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 0VA2527
- Response Due
- 12/16/2020 2:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Brad Seifert, Phone: 2026524192, Hunter Powell, Phone: 5043017139
- E-Mail Address
-
bradford.seifert@gsa.gov, hunter.powell@gsa.gov
(bradford.seifert@gsa.gov, hunter.powell@gsa.gov)
- Description
- Advertisement GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Multiple Cities in Northern Virginia Delineated Area: North: Virginia SR 7 (Leesburg Pike and Harry Byrd Hwy) from Hwy 15; South: Oak Street; East: I-495 Capitol Beltway, south to Oak Street; West: Virginia SR 267 from Hwy 15, south to Virginia SR 7, to Gosnell Rd, south to Old Courthouse Rd, to Gallows Rd. (See Map Below) Minimum Sq. Ft. (ABOA): 10,415 ABOA SF Maximum Sq. Ft. (ABOA): 10,940 ABOA SF Space Type: Office and SCIF Space Parking Spaces (Total): 25 Parking Spaces (Surface/Structured): 25 Parking Spaces (Reserved): All 25 spaces shall be reserved. Full Term: 10 Years Firm Term: 10 Years Option Term: N/A Additional Requirements: Above ground, contiguous space, is required. Space on the second (2nd) floor or higher is preferred. Ceiling height of 8�-0� clear is required, 9�0� clear is preferred. For effective space utilization, a minimum of 30�0� between structural elements is preferred but not required. Approximately 300 SF of the space shall be able to accommodate a Sensitive Compartmented Information Facility (SCIF). If space has an existing SCIF that may be considered advantageous. Building must be able to accommodate a UPS system to support equipment within the demised space. Offered building must have a loading dock or other loading area that meets agency requirements. Multistory buildings must have a freight elevator. Space must be able to accommodate a telecommunications room/main distribution room (TR/MDF) that can service the entire suite. Offered space must meet Government requirements for 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. This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this advertisement. At this time, the Government is only considering existing buildings. New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than December 16, 2020 by 5:00 PM Eastern Time, and should include the following information at a minimum: � Building name and address? � Location of space in the building and date of availability? � Date the building will be ready to begin constructing tenant improvements; � Scaled floor plans (as-built) identifying offered space? � Estimated rental rate per rentable square foot (RSF); � Information on building ownership; and � 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. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FARCase- 2019-009/889_Part_B. Expressions of Interest Due: December 16, 2020 Market Survey (Estimated): January 2021 Occupancy (Estimated): July 1, 2021 Send Expressions of Interest to: Name/Title: Brad Seifert Address: 1010 Wisconsin Ave NW Suite 650 Washington, DC 20007 Office: (202) 652-4192 Email Address: Bradford.Seifert@gsa.gov And to: Name/Title: Hunter Powell Address: 1010 Wisconsin Ave NW Suite 650 Washington, DC 20007 Office: (202) 652-2647 Email Address: Hunter.Powell@gsa.gov Government Contact Information Lease Contracting Officer: John Mowery Leasing Specialist: Marvetta White Broker: Public Properties
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/843ec9491694405296ccb285a7fccd4d/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05863475-F 20201203/201201230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |