SOURCES SOUGHT
X -- General Services Administration (GSA) seeks to lease the following space on the grounds of Dulles International Airport
- Notice Date
- 9/23/2024 12:15:39 PM
- Notice Type
- Sources Sought
- 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
- 2VA0915
- Response Due
- 10/4/2024 1:00:00 PM
- Archive Date
- 10/23/2026
- Point of Contact
- Robert Brunton, Phone: 2026248557, Fax: 2026248555
- E-Mail Address
-
robert.brunton@gsa.gov
(robert.brunton@gsa.gov)
- Description
- Previous Request for Information (�RFI�) respondents are not required to respond with answers to the above noted questions, but must affirm their continued interest. State:�Virginia City:�Dulles International Airport (�IAD�) Delineated Area:�Dulles International Airport (�IAD�) Minimum Sq. Ft. (ABOA):�46,713 Maximum Sq. Ft. (ABOA):�49,048 Space Type:�Warehouse/Flex/Office Parking Spaces (Total):�See below Parking Spaces (Surface):�See below Parking Spaces (Structured):�See below Parking Spaces (Reserved):�See below Full Term:�20 years Firm Term:�20 years Option Term:�N/Ap Additional Requirements:�See below 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. Unique Requirements: 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 Total Space - 46,713 ABOASF (fully conditioned) Approximately 34,300 USF of the overall space shall be constructed as warehouse space allowing for clear ceiling height of 25� with high pile storage of 20� Remaining space is office-like and can be, but is not required to be, stacked mezzanine style Overall building configuration preference is a 2:1 length/width ratio Approximately 4-6 dock high bays � with tractor trailer delivery capability 1 drive-in bay A total of 15 surface parking spaces for official government vehicles plus parking to satisfy up to an additional 56 employee vehicles 4 ""lay-down"" spaces of 40' L by a typical tractor trailer width Outdoor space for 15-20 secured containers on the secure side (8'W x 12'L x 8'H) Lease will be subject to ISC Facility Security Level 3 standards Subject to a pending procurement, the chosen Offeror will be required to exercise a ground lease contract with the Metropolitan Washington Airport Authority (�MWAA�). Exterior construction of the warehouse position of the building envelops need to be 12-inch CMU, or Concrete Building utilities should support ESFR sprinkler system Power supply to support typical warehouse electrical needs 24 hour HVAC system for the warehouse and the CER room Responses must be submitted in writing and must include the following: Name and contact information for company representative(s) including: telephone numbers and E-mail addresses Estimated rental rate projections for the 20-year firm term, inclusive of a tenant improvement allowance of $63.87 per ABOASF and a BSAC allowance of $25.00 per ABOASF, but exclusive of any potential ground rent or lot preparation costs at this time. Any additional materials Any costs associated with a response, or any follow up information requests are solely at the interested vendor�s expense.� Expressions of Interest Due:�October 4, 2024 Market Survey (Estimated):�N/Ap Occupancy (Estimated):�Winter 2027 Send Expressions of Interest to: Name/Title:�Robert Brunton, Executive Managing Director,�Savills Inc.,�1201 F Street NW, Suite 500, Washington, DC 20004 Email Address:�robert.brunton@gsa.gov Government Contact Information Lease Contracting Officer:�Santoni Graham Leasing Specialist:�Felicia Hammond Broker:�Robert Brunton
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/791bd5af226240c591e81668a9e018ad/view)
- Place of Performance
- Address: VA 20166, USA
- Zip Code: 20166
- Country: USA
- Zip Code: 20166
- Record
- SN07221783-F 20240925/240923230119 (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 |