MODIFICATION
X -- UNITED STATES GOVERNMENT SEEKS TO LEASE OFFICE SPACE IN MIDTOWN NEW YORK, NY
- Notice Date
- 5/15/2024 11:21:19 AM
- Notice Type
- Solicitation
- 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
- 6NY0698-D
- Response Due
- 6/12/2024 2:00:00 PM
- Archive Date
- 06/27/2024
- Point of Contact
- Matt Bartlett, Phone: 7038526208, Alfonso Yau, Phone: 2122649443
- E-Mail Address
-
matthew.bartlett@gsa.gov, alfonso.yau@gsa.gov
(matthew.bartlett@gsa.gov, alfonso.yau@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space: State: New York City: New York Delineated Area: North: 59th Street East: 2nd Avenue South: 36th Street West: 11th Avenue Minimum Sq. Ft. (ABOA): 9,312 ABOA SF Maximum Sq. Ft. (ABOA): 9,778 ABOA SF Space Type: Office Parking Spaces (Total): N/A Parking Spaces (Surface): N/A Parking Spaces (Structured): N/A Parking Spaces (Reserved): N/A 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 railroad tracks or power transmission lines. 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 where firearms sold/discharged. Space must be easily accessible by public: Visible or easily located from a primary or secondary street. If on high-traffic roadway or multi-lane thoroughfare, traffic signals within two blocks to provide safe access. Public transportation routes/stops (if available in the area) within the equivalent of two city blocks Adequate parking at reasonable market rates within two blocks. Subleases are not acceptable. 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. Basement/sub-ground space will not be accepted. Space must be on the ground floor or above. Space must be level and not utilize interior ramps to resolve changes in grade. Contiguous space on one floor or, if on more than one floor then be located on no more than two adjacent floors. Non-contiguous space cannot exceed 20% of the required ABOA SF. Mechanical rooms/service areas should not be accessed through the space. Columns must be at least 20 feet apart (center to center) and 20 feet from any interior wall. Separate visitor and employee restrooms are required. If employee rest rooms are in a common area, they must be secured either by a key or cipher lock for tenant access only. If space offered is above ground level, at least two (2) accessible elevators will be required. The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. 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 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). In cases where an agent is representing multiple ownership entities, written acknowledgement/permission to represent multiple interested parties for the same submission. Reference project number: 6NY0698 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: June 12, 2024, 5:00 pm EDT Occupancy (Estimated): February 1, 2026 Send Offers to: 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: 6NY0698 Government Contact Information (Not for Offer Submission) Lease Contracting Officer: Alfonso Yau; alfonso.yau@gsa.gov CBRE Transaction Manager: Matt Bartlett, matthew.bartlett@gsa.gov Note:�� Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39547e350df6445487e886356cd55502/view)
- Place of Performance
- Address: New York, NY, USA
- Country: USA
- Country: USA
- Record
- SN07064658-F 20240517/240515230044 (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 |