Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
MODIFICATION

X -- UNITED STATES GOVERNMENT: Solictiation Posting for Washington, DC - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1

Notice Date
5/26/2010
 
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
9DC2554
 
Archive Date
7/15/2010
 
Point of Contact
Chad Habeeb, Phone: 202-719-5899, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
chad.habeeb@am.jll.com, bill.craig@am.jll.com
(chad.habeeb@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
GSA Form 1217 Rate Structure Form GSA Form 3517B GSA Form 1364 Commission Agreement GSA Form 3518 Fire Protection and Life Safety Evaluation Pre-Lease Building Security Plan Seismic Certification Form Small Business Subcontracting Plan Solicitation for Offers UNITED STATES GOVERNMENT Posting of Solicitation for Offers Washington, DC The United States Government seeks to enter into a full service lease for approximately 52,439 Rentable Square Feet (RSF) yielding approximately 45,600 ANSI/BOMA Office Area Square Feet (BOASF) of office space in Washington, DC. Contiguous space is required. The delineated area is as follows: Central Employment Area (CEA) of Washington, DC. The anticipated lease term is for ten (10) years firm. The required occupancy date is June of 2011. The offered building must be no more than 2,640 walkable linear feet from a metro entrance. The entirety of the space shall be located on no more than 3 floors. Buildings offered for consideration must have 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, handicapped accessibility, OSHA, and seismic protection. Enclosed is a copy of Solicitation for Offers (SFO) No. 9DC2554 for your use in submitting your initial offer for the General Services Administration's requirement for space in Washington, DC. Please carefully review the SFO and all attachments paying particular attention to the solicitation requirements and how the Government will determine the best offer. Initial all pages and sign where indicated. The following forms must be completed and returned with your offer: SFO No. 9DC2554 GSA Form 1217 (Lessor's Annual Cost Statement and instructions) GSA Form 3517B (General Clauses) GSA Form 3518 (Representations and Certifications) GSA Form 1364A (Proposal to Lease Space) Rate Structure Form Pre-Lease Security Plan Small Business Subcontracting Plan (if applicable) Fire Protection and Life Safety Evaluation Certificate of Seismic Compliance Broker Commission Agreement Floor Plan of offered space All items outlined in Paragraphs 3.0 SFO PLEASE NOTE THE FOLLOWING ADVISORY: In accordance with section 1.12 of the SFO, the Government reserves the right and INTENDS to make an award based on initial offers without discussions. We highly encourage you to present a fully complete offer and your most aggressive rate. Section 2.8 of the SFO explains that Overtime HVAC rates will be taken into consideration when calculating the Present Value of each offer. The Overtime rate will be calculated based on the use of 1,095 overtime hours per year. The Government reserves the right to request any necessary information to support Overtime rates that fall out of line with the market. Any exceptions you may have to the Solicitation must be outlined separately in your offer. However, it is not recommended that any changes be made, as your request may put you in a less competitive position or cause your offer to be deemed unacceptable to the Contracting Officer. Please submit your initial offer by 4:00 PM on June 30, 2010 to the following address: Chad S. Habeeb Jones Lang LaSalle 1801 K Street, NW, Suite 1000 Washington, DC 20006 After receipt of your initial offer, the Government will conduct evaluations of your proposal and inform you once a final award decision has been made. If you have any questions, please contact the official Government Representative, Chad S. Habeeb at (202) 719-5899. Please reference Project Number 9DC2554.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9DC2554/listing.html)
 
Place of Performance
Address: CEA, Washington, District of Columbia, United States
 
Record
SN02160323-W 20100528/100526234610-bb9d88a87f9eaf5559d0c7b4d1dddd92 (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.