SOLICITATION NOTICE
X -- U.S. GOVERNMENT SEEKS TO LEASE UP TO 427,000 RSF (YIELDING A MINIMUM OF 355,448 ANSI/BOMA OFFICE AREA SQUARE FEET OF OFFICE SPACE IN WASHINGTON, DC
- Notice Date
- 10/4/2010
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Julien J. Studley, Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004
- ZIP Code
- 20004
- Solicitation Number
- 9DC2452-1
- Point of Contact
- Emmett Miller, Phone: 202-624-8517, Julie K. Rayfield, Phone: 202-624-8532
- E-Mail Address
-
mmiller@studley.com, jrayfield@studley.com
(mmiller@studley.com, jrayfield@studley.com)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address General Services Administration, Public Buildings Service (PBS), 7th & D Streets, SW, Room 7660, Washington, DC, 20407 REQUIREMENT : The United States Government seeks to identify sources and receive information on available office and related space within the Standard Delineated Area for Washington, DC (inclusive of the Central Employment Area, NOMA, and the Southwest Waterfront). The Government is seeking sources of available office and related space for a lease of up to 427,000 rentable square feet of contiguous space, which shall yield a minimum of 355,448 ANSI/BOMA Office Area ("ABOA") square feet of contiguous office and related space for a period of fifteen (15) years. This requirement may be housed in one or two 'adjacent' buildings. To be considered "adjacent" to one another, two buildings must: 1) connect to one another by a secure dedicated pedestrian passageway (at or above grade); 2) have ABAAS compliant entrances that share a common pedestrian courtyard; or 3) have the main entrances of the two buildings within 500 walkable linear feet of each other with no intervening building(s), alley/public roadway. Each building must have a minimum of 200,000 rentable square feet of contiguous space available. Ground-level space is required in all offered buildings, and the Government must be the sole tenant on all offered floors (exclusive of ground level retail with separate public entrances.) The Government intends to use this information from prospective sources to issue a Solicitation for Offers. Additional detail regarding the agency-specific requirements will be identified in the Solicitation for Offer. LOCATION : All properties submitted to the Government must be located within the Standard Delineated Area for Washington, DC (inclusive of the Central Employment Area, NOMA, and the Southwest Waterfront). Requests for a detailed description of the standard Delineated Area should be addressed to the Contactor below. LEASE TERM : Fifteen (15) years EXPRESSIONS OF INTEREST MUST BE RECEIVED IN WRITING NO LATER THAN October 18, 2010 AND SHOULD INCLUDE THE FOLLOWING INFORMATION: 1) Building name & address; 2) Contact information and E-mail address of Lessor's Representative; 3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor); 4) Maximum ABOA and rentable square feet available for lease by Government on the ground floor; 5) Asking rental rate range per ABOA and rentable square foot (based on GSA Warm Lit Shell and Tenant Improvement Allowance of $42.08 per ABOA); 6) Date building will be ready for commencement of tenant improvements; 7) Evidence that the offered space can be delivered as substantially complete by the required occupancy date (including evidence of zoning, development density, site and project planning approval status, and site infrastructure); and 8) Evidence that the offered space will meet the other specific requirements identified herein. AUTHORIZED CONTACTS : In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the officers and employees of General Services Administration (GSA) or their authorized representative, Studley, Inc. OCCUPANCY : Occupancy is required to be complete by March 2015. EMAIL INFORMATION to Studley, Inc., Attn: Emmett Miller, (202) 624-8517, mmiller@studley.com and Julie Rayfield, jrayfield@studley.com, (202) 624-8532 CONTRACTING OFFICE ADDRESS: Liz Spivey U.S. General Services Administration National Capital Region 301 7 th Street, SW Washington, DC 20407 POINT OF CONTACT: Emmett Miller, Contractor, Phone (202) 624-8517, Fax (202) 624-8555, Email mmiller@studley.com -OR- Julie Rayfield, Contractor, Phone (202) 624-8532, Fax (202) 624-8555, Email jrayfield@studley.com
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/9DC2452-1/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02305026-W 20101006/101004234227-1cd11b7c4dc738111fcb91d7ad782e19 (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 |