SOLICITATION NOTICE
X -- OFFICE SPACE WANTED BY THE U.S. GOVERNMENT
- Notice Date
- 3/16/2010
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), San Francisco Service Center (9PFC), 450 Golden Gate Avenue, 3rd Floor East, San Francisco, California, 94102
- ZIP Code
- 94102
- Solicitation Number
- 0CA2190
- Archive Date
- 3/31/2010
- Point of Contact
- Cyrus Sanandaji, Phone: 4155222825
- E-Mail Address
-
cyrus.sanandaji@gsa.gov
(cyrus.sanandaji@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- OFFICE SPACE WANTED BY THE U.S. GOVERNMENT Contracting Office Address: General Services Administration, Public Buildings Service, Real Estate Acquisition Division, 450 Golden Gate Avenue, 3rd Floor East, San Francisco, CA, 94102. REQUIREMENT : The United States Government desires to lease approximately 9,000 rentable square feet, which shall yield a minimum of 7,740 ANSI/BOMA usable square feet, to a maximum of 8,514 ANSI/BOMA usable square feet of office space in Lodi, California. The space should be Class A, fully serviced, air conditioned office and related space, together with (2) two reserved parking spaces. The office space must be contiguous. The site must be located in Lodi, California and be located within the area bounded by: NORTH: East Lodi Ave. / East Sargent Road; EAST: South Hutchins Street; SOUTH: West Harney Lane / East Harney Lane; WEST: Lower Sacramento Road. LEASE TERM: Fifteen (15) years, ten (10) years firm. The Government shall have the right to terminate the lease, entirely or in part, after the firm term on 60 days written notice to the Lessor. OCCUPANCY: Occupancy is required no later than 02/29/2012. COMPETITION: Please note that this is a competitive procurement and the Government will consider all Offerors that meet the minimum requirements. STANDARD CONDITIONS AND REQUIREMENTS: Location sought in a prime commercial office area with attractive, prestigious, professional surroundings. First-floor, contiguous space is most desirable with convenient accessibility to public and private transportation. If more secure space is required, contiguous upper floor space with elevator service is acceptable. Elevator service is to consist of a minimum of two accessible elevators that serve the office. One of these elevators may serve as a freight elevator. The space offered must be fully serviced in a quality building of sound and substantial construction, either a new, modern building or one that has undergone restoration or rehabilitation for the intended use. Columns must be at least 20 feet from any interior wall and from each other and be no more than 2 feet squared. The space should not be more than twice as long as it is wide, and should have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow. The building and the leased space shall be accessible to workers with disabilities in accordance with the Americans with Disabilities Act Accessibility guidelines and the Uniform Federal Accessibility Standards. Wherever standards conflict, the more stringent shall apply. The leased space shall be free of all asbestos containing materials, except undamaged asbestos flooring in the space, undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to EPA guidance shall be implemented. The space shall be free of other hazardous materials according to applicable Federal, State, and local environmental regulations. Additionally, the building must conform to Life Safety Performance Level of ICSSC RP 6. Further, the space must be altered to meet the Government's requirements. EXPRESSIONS OF INTEREST should be submitted to the following person and address in writing or via e-mail and should provide all of the following information: 1. Building name and address. 2. Rentable and usable square feet offered, including floorplate size and floorplan. 3. Method of measurement used to determine rentable square footage. 4. Common Area Factor (load factor) for available space. Responses must be received not later than 4:00 p.m., Tuesday March 30, 2010. Please submit applicable information to: Cyrus Sanandaji U.S. General Services Administration 450 Golden Gate Ave, 3 rd Floor East San Francisco, CA 94102 Phone: 415.522.2825 E-mail: cyrus.sanandaji@gsa.gov In all correspondence, please refer to Solicitation for Offers Number 0CA2190.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PEC/0CA2190/listing.html)
- Place of Performance
- Address: U.S. General Services Administration, 450 Golden Gate Ave, 3rd Floor East, San Francisco, California, 94102, United States
- Zip Code: 94102
- Zip Code: 94102
- Record
- SN02093772-W 20100318/100316235428-2e4d59ea266fbbfc438f844bafd044a4 (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 |