SOLICITATION NOTICE
X -- United States Government Seeks Expressions of Interest to Lease Office Space in Dulles Corridor, VA - DoD Minimum Antiterrorism Standards for Buildings
- Notice Date
- 3/25/2010
- 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
- 9VA2409
- Archive Date
- 5/1/2010
- Point of Contact
- Reva M Squire, Phone: 202-719-5844
- E-Mail Address
-
reva.squire@am.jll.com
(reva.squire@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- DoD Minimum Antiterrorism Standards for Buildings Contacting Office Address General Services Administration 1099 14th Street, NW Room 300 East Washington, DC 20407 The General Services Administration ("GSA" or "Government") is seeking potential sources for up to 6,881 ANSI/BOMA square feet of contiguous office and related space in the Dulles Corridor for use by the Department of Defense - TRICARE Management Activity. Offered space must fall within the following delineated area: North - Route 7 East - Route 7 West - Route 15 South - Route 66 UNIQUE REQUIREMENTS: The DOD Minimum Antiterrorism Standard for Buildings were established to provide effective ways to minimize the likelihood of mass casualties from terrorist attacks against DoD personnel in the buildings they occupy. Implementation of these standards is mandatory for all facilities leased for DoD use and for those buildings in which DoD receives a space assignment. (See Attachment for the Full Text of the Minimum Standards) Partial Occupancy - The DOD Minimum Standards Partial Occupancy Exception applies to this procurement. For the purpose of procurement 9VA2409, the minimum standards apply only to buildings containing square footage in excess of 27,524 ANSI/BOMA Square Feet. The Minimum Standards do not apply where DoD personnel occupy leased or assigned space constituting at least 25% of the net interior useable area or the area as defined in the lease, and they apply only to that portion of the building that is occupied by DoD personnel. (See UFC 4-010-01 § 1-6.4.1.) ISC Level II Security applies to this requirement. Level II Security applies to agencies with a moderate volume of public contact, and federal activities that are routine in nature, similar to commercial activities. The requisite number of personnel is 11 - 150 and the square footage must be within the range of 2,500 - 80,000 RSF. Reserved parking, Exterior Lighting and Window Film are required at the perimeter. Identity verification of lessor personnel with routine access to government space, is required as deemed necessary. Entry Locks are required. The following must exist in the building interior to satisfy the requirements of ISC Level II Security: Secured utility areas Emergency power Secured mechanical & roof Restricted Building Information Non-disclosure of tenants Shutdown procedures Occupancy Emergency Plan KardexRemstar, an automated storage and retrieval systems designed to increase productivity and optimize floor space, will be used by the Agency. The Lektriever Electric Lateral File is a series of vertically arranged rotating shelves controlled by an electronic keypad to deliver files to the operator. The unit capacity is 8,973 lbs. The External Dimensions and electrical requirements of the filing system are as follows: Height (inches): 79.72 minimum - 177.17 maximum Width (inches): 71.26 minimum - 128.70 maximum Depth (inches): 36.42 minimum - 47.32 maximum Electrical: 110V/ 1~ /60 Hz This requirement must be located within 2,500 feet or ½ mile of a metro rail station. LEASE TERM: The anticipated term shall be five (5) years firm with a five (5) year renewal option. OCCUPANCY: The estimated occupancy date is October 2010 PARKING: As required by code Building(s) offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current applicable Federal, state, and local government building codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA, and seismic protection. The Government's decision will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide the requested information, the Government reserves the right to assume that the potential offeror in question cannot meet the Government's requirement. GSA is using a tenant broker to represent the Government 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) or their authorized representative, Jones Lang LaSalle Americas, Inc. Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. Expressions of Interest shall be submitted to the Government's Broker Representative at the following address: Reva M. Squire Jones Lang LaSalle Americas, Inc 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5844 E-mail: reva.squire@am.jll.com A copy shall also be sent to: General Services Administration 1099 14th Street, NW Room 300 East Washington, DC 20407 Attention: Mrs. Yolanda Robledo Expressions of interest must be submitted in writing and must include the following information in order to be deemed compliant and be eligible for further consideration: Building name/address Location of space in the building and date it will be available One-eighth inch scale drawing showing location of offered space. ANSI/BOMA defined office area/useable square feet (USF) Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance of $42.08 per RSF Common Area Factor used to determine the RSF 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 Building setback information List of Building Services Provided Expression of interest are due no later than 5:00pm EST, April 16, 2010. Please reference Project Number 9VA2409.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9VA2409/listing.html)
- Place of Performance
- Address: Dulles Corridor, Virginia, Virginia, United States
- Record
- SN02102534-W 20100327/100325234938-cc359b89bed5f0c0db29f7ed6c109290 (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 |