Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT Expressions of Interest Sought for Rosslyn, VA

Notice Date
12/1/2009
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
 
ZIP Code
20006-4044
 
Solicitation Number
9VA2313
 
Archive Date
12/30/2009
 
Point of Contact
William F. Craig, Phone: 703-485-8736, Chad Habeeb, Phone: 202-719-5899
 
E-Mail Address
bill.craig@am.jll.com, chad.habeeb@am.jll.com
(bill.craig@am.jll.com, chad.habeeb@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
UNITED STATES GOVERNMENT Expressions of Interest Sought Rosslyn, VA The United States Government currently occupies approximately 117,119 BOMA rentable square feet (brsf) of office space and related space at 1400 Wilson Blvd., in Arlington, Virginia (commercially known as the “Architect Building”) under a lease that will be expiring. The Government is seeking to lease approximately 117,119 contiguous rentable square feet of office and related space. The rentable space must yield a minimum of 105,180 of contiguous ANSI/BOMA Office area square feet. 251 onsite structured parking spaces are required. The lease term requirement is for 15 years firm. The space must be available for occupancy by April 1, 2010. The delineated area is Rosslyn, Virginia. Other requirements applicable to this requirement include: All services, supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The GSA shall have access to the offered space 24 hours per day, 7 days per week. The offered space must be near inexpensive and moderately priced fast food and/or eat-in restaurants that are within walking distance. Other employee services such as retail shops, cleaners, and banks shall be located within ¼ mile. The offered space must meet GSA requirements for security, seismic, and fire protection and life safety and handicapped accessibility (ABAAS). The Government is considering whether to remain in its existing lease space or relocate to alternative space. 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, non-productive agency downtime, etc. Expressions of interest must be submitted in writing and must include the following information: •Building name and address. •Rentable Square Feet (RSF) available and expected rental rate per rentable square foot, fully serviced along with tenant improvement allowance of $42.08 per ANSI/BOMA Office Area square feet. •ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced tenant improvement allowance of $42.08 per ANSI/BOMA Office Area square feet. •Date of space availability. •Method of rentable space measurement. •Name, address, telephone number, and email address of Owner’s Representative. •Owner’s name and address and written statement from owner identifying Owner’s Representative and granting it authority to provide information on the property. •Parking Availability 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. The Government’s decision regarding whether or not to relocate will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide specific rental rate or other required information as part of its response to this advertisement, the Government reserves the right to assume that the potential building in question cannot meet the Government’s requirements. With specific respect to expected rental rate information, the Government will assume the maximum rental rate authorized in the applicable lease prospectus related to this requirement in the event the respondent fails to include such information. E-mail or mail complete expressions of interest to: Bill Craig Jones Lang LaSalle Americas, Inc. 1600 Tysons Blvd. McLean, VA 22102 Phone: (703)485-8736 Email: Bill.Craig@am.jll.com or Chad S. Habeeb Jones Lang LaSalle Americas, Inc 1801 K Street, NW – Suite 1000 Washington, DC 20006 Phone: (202) 719-5899 or (202) 719-6234 E-mail: Chad.Habeeb@am.jll.com For receipt not later than: 4:00pm EST, December 15, 2009. Please reference Project Number 9VA2313.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9VA2313/listing.html)
 
Record
SN02013741-W 20091203/091201235444-4bbf1b1e753d980887dd47ffdb3bc742 (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.