AWARD
X -- Award Notice: General Services Administration (GSA) seeks to lease the following space in Maryland:
- Notice Date
- 11/29/2023 3:11:38 PM
- Notice Type
- Award Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R00 CENTER FOR BROKER SERVICES WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 8MD2361
- Archive Date
- 12/14/2023
- Point of Contact
- Bryant Porter, Phone: 2026248515
- E-Mail Address
-
bryant.porter@gsa.gov
(bryant.porter@gsa.gov)
- Award Number
- GS-11P-LMD00692
- Award Date
- 11/29/2023
- Awardee
- ROCKVILLE FDA ASSOCIATES LP Huntington NY 11743 USA
- Award Amount
- 27961313.60
- Description
- U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:�Maryland City:�See attached description Delineated Area:�See attached description Minimum Sq. Ft. (ABOA):�64,298 Maximum Sq. Ft. (ABOA):�67,510 Space Type:�Warehouse Parking Spaces (Total):�Per local code Parking Spaces (Unreserved):�0 Parking Spaces (Reserved):�3 spaces capable of accommodating 26� trucks Full Term:�15 years Firm Term:�15 years Option Term:�N/A Additional Requirements:�Offered buildings must meet certain base building requirements, including but not limited to the following: Minimum ceiling of 18 feet Minimum column spacing of 20 feet x 20 feet Minimum of two dedicated loading dock bays with a clearance height of 10 feet or higher.� At least one loading dock bay should be able to handle a 42 foot tractor trailer. The Government currently occupies warehouse and related space in a building under lease that will be expiring.� Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease.� The proposed leased shall be full service.� Offered space shall not be in the 100 year flood plain.� 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 alternate 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 telecommunications infrastructure, and non-productive 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. Submission by anyone 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. 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. Expressions of Interest should include the following information at a minimum: 1) � Building name & address; 2) � Contact information and e-mail address of Offeror�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, fully serviced and inclusive of a tenant improvement allowance of $9.826/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. 8)�� Offeror�s name and address, and a written statement from Offeror identifying Offeror�s representative and granting authority to provide information on the property. Expressions of Interest Due:�April 8, 2021, no later than 4:00 PM EDT Market Survey (Estimated):�May 2021 Initial Offers Due (Estimated):�June 2021 Occupancy (Estimated):�August 2022 Send Expressions of Interest to: Name/Title:�Bryant Porter, Managing�Director,�Savills Inc. Address:�1201 F Street, NW,�Suite 500,�Washington, DC 20004 Office:�202-624-8515 Email Address:�bryant.porter@gsa.gov Government Contact Lease Contracting Officer:�Brandon Rowe Leasing Specialist:�Brandon Rowe Broker: Bryant Porter
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6092163b05940d2ad35926f3bacb83b/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06896841-F 20231201/231129230050 (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 |