Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
MODIFICATION

X -- SOLICITATION: The U.S. Government has a Requirement to Lease Space in Northern Virginia: SFO Posted - Solicitation 1

Notice Date
4/16/2010
 
Notice Type
Modification/Amendment
 
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
7VA2099a
 
Archive Date
5/22/2010
 
Point of Contact
Chad Habeeb, Phone: 202-719-5899, Matt Witlin, Phone: 202 639 4542
 
E-Mail Address
chad.habeeb@am.jll.com, matt.witlin@am.jll.com
(chad.habeeb@am.jll.com, matt.witlin@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
Commission Agreement Small Business Subcontracting Form Seismic Certification Form Sensitive But Classified Document Form Pre-Lease Building Security Survey Fire Protection and Life Safety Evaluation GSA Form 3518 GSA Form 3517B GSA Form 1217 GSA Form 1364 SFO 7VA2099 The U.S. Government has a Requirement to Lease Space in Northern Virginia Requirement: United States Government is seeking to lease approximately 100,000 to 120,000 rentable square feet of space. The rentable space shall yield a minimum of 100,000 ANSI/BOMA Office Area (previously Usable) square feet to a maximum of 120,000 ANSI/BOMA Office Area square feet. The Government requires adequate onsite parking to accommodate 60 daily commuter spaces and an additional 80 parking spaces housed in the wareyard of the Government‑demised area. This space shall be divided into office area, approximately 6,000 ANSI/BOMA Office Area Square Feet, and warehouse area, approximately 94,000 to 114,000 ANSI/BOMA Warehouse Area Square Feet. Space shall be located in Springfield/Newington/Lorton/Woodbridge area of Virginia. Further defined and bound by: North: Braddock Road South: Occoquan River East: Rt 1. Near Fairfax County Parkway and Ft. Belvoir West: Ox Road/Rt 123 Offered properties should be in an office, research, technology or business park within Fairfax County. That is modern in design on a site containing one or more modern mixed use buildings that are professional in appearance with surrounding development well-maintained and in consonance with a professional image and readily accessible to routes I-95, I-395 and I-495. Additionally, the space must meet all current applicable Federal, State, and Local government building codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA, seismic protection, and zoning. The zoning for the site offered must be Existing or Approved ("I" or "E") and may not be Pending. The Government reserves the right to determine acceptability of the offered property as to the building's structural integrity; the highest safety, energy efficient installations; aesthetic appearance, the security installations, the security of its surrounding areas, accessibility of the property to major highways and roads, and its location within Springfield/Newington/Lorton/Woodbridge area of Virginia. Unique Requirements •· Require no unusual mitigation measures to meet the project's security requirements •· Location in a prime commercial office district or office park •· Currently zoned for use compatible with Government's proposed use •· No known zoning or other restricting ordinances (e.g. height limitations) that would unnecessarily restrict facility design •· Easements do not encroach on secure portion of site •· Convenient access to major traffic arteries (within 3 miles of 4 lane highway) •· On site or easy access to public utilities such as power, water, sanitary sewer, telephone, cable TV, and fiber optics. •· Capable of providing two independent remote means of egress •· Site with more regularly shaped (rectangular, square, etc.) buildable area to meet specific project size are encouraged •· Site is level with or higher than adjacent sites, facilities, or roadways •· Outside any 100-year flood plain •· Minimum ceiling height of 30 - 35 feet •· 1.5 acre wareyard (large enough to accommodate 80-100 vehicles and 10 ISU containers as specified elsewhere in this ad) •· 20 foot setback requirements •· Landlord must be able to start construction by August 2010 and must be able to deliver the space for occupancy by March 2011 •· Past performance of key personnel and development team (the Offeror would have to supply references) •· Site must allow adequate room for 53' truck turn around Occupancy Date : Space must be ready for occupancy and delivered to the Government no later than March 2011. Lease Term : The lease term is for ten (10) years firm with (1) five (5) year option. Solicitation For Offers: Offers must meet all requirements listed in the attached Solicitation for Offers (SFO #7VA2099) and Program of Requirements (POR). Interested parties shall include all SFO and POR requirements as part of their offer. The Government will expect a fully functioning and completed building per the direction of the POR. All offerors must adequately demonstrate the capability to perform financially and otherwise. PLEASE NOTE THAT THE PROGRAM OF REQUIREMENTS IS A SENSITIVE BUT CLASSIFIED DOCUMENT AND IS NOT POSTED ON FEDBIZOPPS. IN ORDER TO RECEIVE THIS DOCUMENT YOU MUST REQUEST IT IN WRITING TO THE ADDRESSES BELOW AND SIGN A SENSITIVE BUT CLASSIFIED RELEASE DOCUMENT. AT THAT TIME THE DOCUMENT WILL BE SENT TO YOU IN ORDER TO FULLY RESPOND TO THE SFO. Please see the attached Solicitation for Offers and the corresponding attachments. Reference Solicitation # 7VA2099. Please submit all offers by no later than May 07, 2010 to: Chad Habeeb Jones Lang LaSalle-Americas, Inc. 1801 K Street, NW Washington, DC 20004 (202) 719-5899 Chad.habeeb@am.jll.com Matt Witlin Jones Lang LaSalle-Americas, Inc. 1801 K Street, NW Washington, DC 20004 (202) 719-6234 Matt.witlin@am.jll.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/7VA2099a/listing.html)
 
Record
SN02124013-W 20100418/100416234846-d95faadee3d827212fec89429d6745b4 (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.