Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

X -- US GOVERNMENT SEEKS 220,000 SF in JEFFERSONVLLE INDIANA

Notice Date
5/1/2008
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Customer Solutions, DOL/HHS/HUD - (5PC5), 230 S. Dearborn Street, Room 3300, Chicago, IL, 60604, UNITED STATES
 
ZIP Code
60604
 
Solicitation Number
GS-05B-18145
 
Response Due
4/8/2008
 
Point of Contact
Jared R. Davis,, Phone: 312-353-4067
 
E-Mail Address
jared.davis@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Lease Term Four (4) Years, Two (2) years firmPlace of Lease Performance JEFFERSONVILLE, IN Required Occupancy Date: October 1, 2008 DELINEATED AREA NORTH: ROUTE 31 to HIGHWAY 3 to PATROL ROAD, to the OHIO RIVER, EAST: the OHIO RIVER to PORTAGE ROAD, SOUTH: the OHIO RIVER to INTERSTATE 65, WEST: INTERSTATE 65 to HIGHWAY 31 REQUIREMENT: The United States Government (Government) is seeking expressions of interest from potential sources for mixed use warehouse space in Jeffersonville, IN. The Government is interested in leasing approximately 227,000 square feet of contiguous warehouse space, within the delineated area stated above, near Jeffersonville, Indiana. This warehouse space will be for use by the United States Department of Commerce: Bureau of the Census. PLEASE NOTE, only spaces located within, the delineated area, may be considered. The space must yield a minimum of 226,450 ANSI/BOMA occupiable (Formerly Useable) square feet of contiguous space, and should not exceed 227,000 ANSI/BOMA occupiable (Formerly Useable) square feet of contiguous space. The anticipated lease term is four (4) years, two (2) years firm as a fully serviced lease. Streets and public sidewalks must be well maintained. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. Please Note PLANNED CONSTRUCTED BUILDINGS may be considered, however final award determination will be made on a lowest cost/technically acceptable basis, and space must be built-out to Government specifications and ready for occupancy by July 1, 2008. SPACE MUST BE AVAILABLE FOR GOVERNMENT OCCUPANCY BY OCTOBER 1, 2008 (10/01/2008) SPECIFIC REQUIRMENTS: 1.) A minimum of 300 parking spaces, not to exceed 500 parking spaces, must be available for exclusive usage by the Government. 2.) A Fire Suppression system, meeting current applicable code(s) should be included throughout the offered space 3.) A minimum clear ceiling height requirement of 18 feet 4.) A loading dock area, able to accommodate a minimum of four semi tractor trailer trucks, simultaneously loading and unloading, for exclusive use by the Government 5.) Existing building systems must have a 240V three phase power configuration 6.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, the heating and cooling of space used by the Government 7.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, restrooms for both men and women within the Government space (a specific number will be provided prior to lease award) 8.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, enclosed office type space, within the general warehouse space (zoned climate/humidity controls, higher candle requirements for lighting, data/telephone connections, fire suppression for enclosed space, etc.) 9.) Existing building systems and floor load bearing capacity must be able to accommodate large industrial/professional printing equipment (adequate power supply, delegated building exhaust for printing vapors, etc. if required) 10.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, a minimum of 15 forklift charging stations. 11.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, a Public Announcement (PA) system throughout the offered space 12.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, exterior perimeter security lighting, door alarms, and closed circuit monitoring cameras for space occupied by the Government 13.) Existing building systems must be able to accommodate, or be upgradeable to accommodate, break area equipment, (sink(s), refrigerator(s), microwave(s), etc.) SUBMISSION REQUIREMENTS: Expressions of interest must be submitted in writing should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1) Building name/address 2) Legal property description, recent survey, and property identification numbers (PIN) 3) Location of space in the building and date it will be available 4) One-eighth inch scale drawing of space offered 5) ANSI/BOMA defined office area/useable square feet (USF) 6) Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included 7) Common Area Factor used to determine the RSF 8) Name, address, telephone number, and email address of authorized contact 9) In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission AUTHORIZED CONTACTS: GSA will be representing the Government Tenant in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA). E-mail, facsimile, or mail complete expressions of interest to: Jared R. Davis US General Services Administration, PBS Realty Specialist 230 South Dearborn Street, Room 3320 Chicago, IL 60604 Phone: 312-353-4067; Fax: 312-886-4790 E-mail: jared.davis@gsa.gov For receipt not later than: TBD
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f01ac1b1004cb7bff1f66d10a7978450&tab=core&_cview=1)
 
Place of Performance
Address: US General Services AdministrationAttn: Jared R. Davis
Zip Code: 230 South Dearborn Street
 
Record
SN01564665-W 20080503/080501215558-f01ac1b1004cb7bff1f66d10a7978450 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.