Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2022 SAM #7425
MODIFICATION

X -- U.S. Government Seeks to Lease Office and Related Space in Madison, WI

Notice Date
3/28/2022 8:57:12 AM
 
Notice Type
Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
GS-05P-LWI00903
 
Response Due
4/25/2022 2:00:00 PM
 
Archive Date
05/10/2022
 
Point of Contact
Christopher Bonfiglio, Phone: 312-353-4866, Will Shelly, Phone: 703-852-6220
 
E-Mail Address
christopher.bonfiglio@gsa.gov, will.shelly@gsa.gov
(christopher.bonfiglio@gsa.gov, will.shelly@gsa.gov)
 
Description
RLP Procurement Summary ������������������������������������������������������������������������������� GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Wisconsin City: Madison Delineated Area: City Limits of Madison, WI Minimum Sq. Ft. (ABOA): 8,883 ABOA SF Maximum Sq. Ft. (ABOA): 9,327 ABOA SF Space Type: Office and Related Space Parking Spaces (Total): 0 Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 15 Years Firm Term: 10 Years Option Term: N/A Additional Requirements: Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks or power transmission lines. Space will not be considered where any living quarters are located within the building. Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative. Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities. Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less. Subleases are not acceptable. Office space must be contiguous, on one floor, with the exception of the storage/mail room and/or training/multipurpose room which may be separated from the primary space by a public corridor but must be on the same floor. Offered space must be on the second floor or above. However, in areas where above street level is not available, the Agency may waive this requirement after exhausting efforts to locate suitable space. Space configuration shall be conducive to an efficient layout.� Consideration for an efficient layout will include, but not be limited to the following:� size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space. The following space configurations will not be considered:� Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Columns size cannot exceed two (2�) feet square and space between columns and/or walls cannot be less than twenty (20�) feet. The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. If space offered is above ground level, at least two (2) accessible elevators will be required, one of which may be a freight elevator. The Government requires a fully serviced lease.� All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The Government will have access to the space 24 hours a day, 7 days a week.� Normal hours of operation are Monday through Friday 7:00 a.m. to 5:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). 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.� Offered space shall not be in the 100-year flood plain. 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/FAR-Case-2019-009/889_Part_B. Offers Due:� April 25, 2022 Occupancy (Estimated): July 2024 Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register. �Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website. Solicitation Number: Solicitation (RLP) Number: GS-05P-LWI00903 Government Contact Information (Not for Offer Submission) Lease Contracting Officer: Christopher Bonfiglio | christopher.bonfiglio@gsa.gov Broker: Will Shelly | will.shelly@gsa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aeebc96884e64307bc2cd2c6a9f386e3/view)
 
Place of Performance
Address: Madison, WI, USA
Country: USA
 
Record
SN06280696-F 20220330/220329211516 (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 |
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.