SOLICITATION NOTICE
X -- General Services Administration seeks to lease office and warehouse space in Parker, Lone Tree, Highlands Ranch, or Centennial, CO.
- Notice Date
- 4/22/2024 2:37:14 PM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R8 OFFICE OF LEASING LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 3CO0627
- Response Due
- 4/29/2024 4:00:00 PM
- Archive Date
- 05/14/2024
- Point of Contact
- Katie Noel, Phone: 7209017217
- E-Mail Address
-
katie.noel@gsa.gov
(katie.noel@gsa.gov)
- Description
- Pre-solicitation Notice/Advertisement ������������������� GSA Public Buildings Service U.S. GOVERNMENT The U.S. Government currently occupies office and related space in a building under a lease in Parker, Colorado, that will be expiring.� The Government is considering its lease renewal option for this office and related space that it is currently occupying.� The Government is interested in considering alternative space that meets the Government�s requirements if such alternative space would be economically advantageous.� 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 non-productive agency downtime. General Services Administration (GSA) seeks to lease space that meets the following requirements: State: Colorado City: Parker, Highlands Ranch, Centennial, Lone Tree Delineated Area: Within the area having a northern border of East Arapahoe Rd., an eastern border of South Parker Rd (83), a southern border of Lincoln Avenue, and a western border of South University Boulevard, in the state of Colorado. Minimum Sq. Ft. (ABOA): 13,500 Maximum Sq. Ft. (ABOA): 14,500 Space Type: Mixed Use Parking Spaces (Total): 12 Parking Spaces (Surface): 12 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 12 Non-Firm Term: 5 years Additional Requirements: Approximately 8,500 usable square feet of warehouse space needed and up to 5,500 usable square feet of office space. The Building must be capable of being equipped with a loading dock or area.� Offered building must be capable of providing at least two vehicular and pedestrian ingress/egress points from property. Offeror must be willing to install a generator on-site. Facility must be located within 5 miles of a major highway/interstate. Warehouse must be able to accommodate a large bus, heavy machinery and equipped with drains. If offered building is greater than single story, the building must be able to provide an elevator that can be made secure. Offeror must be willing to install fencing to secure parking spaces. The fence height must be in accordance with FSL II requirements. Ceilings shall be at a minimum 9 feet and 0 inches and no more than 12 feet and 0 inches measured from floor to the lowest obstruction. Areas with raised flooring shall maintain these ceiling-height limitations above the finished raised flooring. All wire/server rooms require 24/7 HVAC and must be kept between 60-72� F. The Space shall be in a modern quality Building of sound and substantial construction with a facade of permanent materials in good condition and acceptable to the GSA Lease Contracting Officer.� If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences. ABOA SF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code.� Offered space must meet all Government requirements contained in the RLP/Lease to be issued, including, but not limited to, Agency Specific Requirements, Interagency Security Committee (ISC) requirements and Facility Security Level II Requirements by the occupancy date per the terms of the lease. This includes including but not limited to the use of a combination of setbacks, site planning, fa�ade hardening and structural measures to provide a medium level of fa�ade and structure blast resistance protection. The site specific required protection will be determined at the sole discretion of the government on a case by case basis. 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 1-percent-annual chance floodplain (formerly referred to as �100-year� floodplain). 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 Due: 4/29/24 Occupancy (Estimated): 8/1/26 Send Expressions of Interest to: Name/Title: Katie Noel, Leasing Specialist Email Address: Katie.Noel@gsa.gov Government Contact Information Lease Contracting Officer: John Tiner Leasing Specialist: Katie Noel Broker: N/A Expressions of interest must include the following information: Building/site name and address and location of the available space within the building/site; Rentable square feet available and expected rental rate per rentable square foot (for each space type: Office and Warehouse), showing the rent broken into Shell rent and Operating expense rent; ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any); Date of space availability; Building ownership information; Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any), plus address how the parking requirements will be met; Energy efficiency and renewable energy features existing within the building and if it is Energy Star rated; List of building services to be provided; Amount of parking available on-site and its cost.� Include whether expected rental rate includes the cost of the required Government parking (if any). Building, space, and parking accessibility in compliance with ABAAS. Building, space, and parking compliance with fire and life safety and seismic requirements. Building, space, and parking compliance with ISC and Publication 64 security standards. One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans and proposed space,� or proposed site layout; Name, address, telephone number, and email address of authorized contact; In cases where an agent is representing multiple ownership entities, written acknowledgement by each of the ownership entities of the multiple representation; Representatives of building owners must include with expression of interest the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner. Your letter must include the Solicitation # listed in this advertisement and be emailed or mailed to the Primary point of Contact; In order to be considered for this procurement, expressions of interest must satisfactorily address 1-17 immediately above and demonstrate compliance with all the requirements 1-18 above. Failure to provide the expression of interest and all of the information identified above by the due date for the expressions of interest will result in the expression of interest being ineligible for consideration. In no event shall the offer enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the authorized representative of the General Services Administration (GSA).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7186c02c81a4f64bc2455dd373a8f8f/view)
- Place of Performance
- Address: Parker, CO, USA
- Country: USA
- Country: USA
- Record
- SN07038233-F 20240424/240422230055 (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 |