Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOLICITATION NOTICE

X -- US Government seeks to lease office space in Suburban Maryland

Notice Date
5/1/2023 12:47:43 PM
 
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
9MD2347
 
Response Due
5/8/2023 2:00:00 PM
 
Point of Contact
Gerrit Voogt, Phone: 2027195844, Joe Judge, Phone: 2407235818
 
E-Mail Address
gerrit.voogt@gsa.gov, joe.judge@am.jll.com
(gerrit.voogt@gsa.gov, joe.judge@am.jll.com)
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Maryland Delineated Area: Suburban Maryland Minimum Sq. Ft. (ABOA): 100,923 Maximum Sq. Ft. (ABOA): 105,970 Space Type: Office and related space Parking Spaces (Total): 8 Parking Spaces (Surface): 0 Parking Spaces (Structured): 8 Parking Spaces (Reserved): 8 Full Term: 20 years Firm Term: 20 years Additional Requirements: ? Offered space must be contiguous within a single building ? Subleases are not acceptable ? Space should allow for efficient layout and office workflow. Columns must have regular spacing of sufficient distance to support effective design. ? To satisfy the Government�s data center requirements, the offered building must be able to provide redundant power fed by three (3) separate sources, direct connectivity to a private/secure dark fiber conduit to service the agency�s main campus in Bethesda, MD and necessary supplemental cooling equipment. The U.S. Government currently occupies office and related space in a building under a lease in Bethesda, Maryland, that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the lease. A fully serviced lease is required. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as �100-year� floodplain). Offerors shall be responsible for providing a standard GSA warm lit shell. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and nonproductive agency downtime. The Government�s decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government�s requirements. 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. At this time, the Government is only considering existing buildings, and will not consider new construction options. 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 must be received in writing no later than January 26, 2023 by 5:00 PM Eastern Time, and should include the following information at a minimum: 1) Building name & address; 2) Contact information and e-mail address of Lessor�s Representative; 3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom); 4) Asking rental rate per ABOA and rentable square foot, and inclusive of a standard GSA warm lit shell, for locations other than the incumbent a tenant improvement allowance (TIA) of 63.87/ABOA SF and a Building Specific Amortized Capital (BSAC) allowance of $12.00/ABOA SF; 5) A description of additional tenant concessions offered, if any; 6) Date building will be ready for commencement of tenant improvements; and 7) Evidence that the offered space will meet the other specific requirements identified herein. 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. Projected Dates: Expressions of Interest Due: January 26, 2023 Market Survey (Estimated): February 2023 Offers Due (Estimated) March 2023 Occupancy (Estimated): March 2024 Send Expressions of Interest to: Name/Title: Jones Lang LaSalle Attn: Gerrit Voogt, Joe Judge Office Number 202-719-5844, 240-723-5818 Email Address: gerrit.voogt@gsa.gov; joe.judge@am.jll.com Please reference Project Number 9MD2347 for submittals sent electronically to the e-mail address above or submittals sent in the mail to the address above. Government Contact Information Lease Contracting Officer James Phelan Broker Contractor Gerrit Voogt Local Markets Broker Joe Judge Broker Firm Jones Lang LaSalle
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a0bc492763548a1a7fc45038d0db256/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06667319-F 20230503/230501230111 (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.