MODIFICATION
X -- U.S. Government: Space Wanted, Daly City CA
- Notice Date
- 8/21/2012
- Notice Type
- Modification/Amendment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Leasing Division (2PR), 26 Federal Plaza, Room 16-100, New York, New York, 10278, United States
- ZIP Code
- 10278
- Solicitation Number
- GS-09B-03114
- Archive Date
- 9/27/2012
- Point of Contact
- Marie Luke, Phone: 4155222875
- E-Mail Address
-
Marie.Luke@gsa.gov
(Marie.Luke@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- OFFICE SPACE WANTED BY THE U.S. GOVERNMENT Request for Lease Proposal Number: GS-09B-03114 CONTRACTING OFFICE ADDRESS: General Services Administration (GSA) Public Buildings Service (PBS) Real Estate Acquisition Division (9P4PRC) 450 Golden Gate Avenue, 3rd Floor East, San Francisco, CA, 94102 REQUIREMENT: The United States Government desires to lease a minimum of 6,523 ANSI/BOMA usable square feet to a maximum of 6,849 ANSI/BOMA usable square feet of office space. A minimum of 3 reserved parking spaces shall be made available with offered space. The space should be fully serviced, first class, air-conditioned office and related space. The site must be located in within the following delineated area: North: John Daly Blvd South: Westmoor Ave, Serramonte Blvd, Hickey Blvd East: Mission St, Junipero Serra Blvd West: Hwy 35, Eastmoor Ave, St. Francis Blvd, Gellert Blvd LEASE TERM: 15 years, 10 years firm. The Government shall have the right to terminate the lease in whole, or in part, at any time after the firm term on 60 days written notice to the Lessor. OCCUPANCY: Occupancy is required no later than May 6, 2014. SPECIFIC SPACE REQUIREMENTS: 1.Location sought in a prime commercial office area with attractive, prestigious, professional surroundings. 2.First-floor, contiguous space is most desirable with convenient accessibility to public and private transportation. 3.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. 4.If columns are present, they must be at least 20 feet from any interior wall and from each other and be no more than 2 feet squared. 5.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. STANDARD CONDITIONS AND REQUIREMENTS: 1.The space offered must be fully serviced in a quality building of sound and substantial construction, either a new or modern building or one that has undergone restoration and rehabilitation for the intended use. 2.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. 3.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. Furthermore, the space must be altered to meet the Government's requirements. 4. Should offered space be chosen for solicitation, offeror shall provide to the government evidence of ownership or control of site with initial offer. 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. 3. Pictures of building, common areas, parking and surrounding space offered. 4. Floorplan - showing floorplate size and building's surrounding area. 5. Method of measurement used to determine rentable square footage. 6. Common Area Factor (load factor) for available space. 7. Preliminary evidence of ownership/control of site, or applicable explanation. Expressions of interest may not be considered if required items as stated above are not provided with response. To ensure all correspondence is received, please reference "Request for Lease Proposal GS-09B-03114". Responses must be received no later than 3:00 PM PST on Wednesday, September 12, 2012. Submit all required information in writing or via email to: Marie Luke Leasing Specialist, PMP 450 Golden Gate Ave, 3rd Floor East San Francisco, CA 94102 Phone: 415.522.2875 Mobile: 415.265.3378 Email: Marie.Luke@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9f049439259043187d13d0a254de0ea)
- Place of Performance
- Address: General Services Administration (GSA), Public Buildings Service (PBS), Real Estate Acquisition Division (9P4PRC), 450 Golden Gate Avenue, 3rd Floor East, San Francisco, California, 94102, United States
- Zip Code: 94102
- Zip Code: 94102
- Record
- SN02847669-W 20120823/120821235218-c9f049439259043187d13d0a254de0ea (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 |