Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT SEEKS EXPRESSIONS OF INTEREST FOR LEASE OF WAREHOUSE AND RELATED SPACE IN NORTHERN VIRGINIA (1VA2044)

Notice Date
10/5/2012
 
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
1VA2044
 
Archive Date
11/3/2012
 
Point of Contact
Nicholas A. Nimerala, Phone: +1 202 719 5797, William F. Craig, Phone: +1 703 485 8736
 
E-Mail Address
nick.nimerala@am.jll.com, bill.craig@am.jll.com
(nick.nimerala@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Northern Virginia Delineated Area: North: I-66 to Route 7 to King Street East: Potomac River South: I-495 West: I-495 Minimum Sq. Ft. (BRSF): 42,000 Maximum Sq. Ft. (BRSF): 43,000 Approximate Sq. Ft. (ABOA): 42,423 Space Type: Warehouse Parking Spaces (Total): Per code at market rate Parking Spaces (Surface): Per code at market rate Parking Spaces (Structured): Per code at market rate Parking Spaces (Reserved): Zero (0) Full Term: 5 years Firm Term: 5 years Option Term: One (1) 5-year renewal option Mandatory Occupancy Date: February 1, 2013 Additional Requirements: - Space must be contiguous - Minimum of six (6) loading docks - Minimum clear height of 25 feet - Maximum floor loads of 250 lbs per SF The Government currently occupies space in a building under lease LVA01593 that will be expiring on January 31, 2013. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government's requirements, as well as the costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure and nonproductive agency downtime. 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, sustainability, OSHA, and seismic protection standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. 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 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 Due: October 19, 2012 Market Survey: TBD Offers Due: TBD Occupancy: February 1, 2013 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: 1. Building name and/or address 2. Building age 3. Date space will be available for commencement of tenant improvements 4. Location of space within the building 5. One-eighth inch scale drawing of offered space 6. ANSI/BOMA Office Area (ABOA) square feet offered 7. BOMA rentable square feet (BRSF) offered 8. Common Area Factor used to determine the BRSF 9. Rental rate net of operating expenses (OPEX) per ABOA square foot (utilizing a tenant improvement allowance of $7.79 per ABOA square foot) 10. List of building services provided (including but not limited to fitness center, shuttle service, and other amenities) 11. Location, number, and cost of parking spaces available to the Government 12. Number of loading docks associated with the offered warehouse space 13. Minimum clear height for the offered warehouse space 14. Maximum floor load (lbs/sf) for the offered warehouse space 15. Building setback information 16. Name, address, telephone number, and email address of authorized contact 17. Owner's name and address, and a written statement from owner identifying owner's representative and granting it authority to provide information on the property Expressions of Interest shall be submitted to the Government's Broker Representative at the following address: Nick Nimerala Jones Lang LaSalle Americas, Inc. 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5797 E-mail: nick.nimerala@am.jll.com A copy shall also be sent to: General Services Administration 301 7th Street, SW - Room 1610 Washington, DC 20407 Attention: Mr. Seyi Gbadegesin Email: seyi.gbadegesin@gsa.gov Expressions of Interest are due no later than 4:30 p.m. ET, October 19, 2012. Please reference Project Number: 1VA2044. Government Contacts: Lease Contracting Officer: Seyi Gbadegesin GSA Broker Representatives: Nick Nimerala and Bill Craig
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/1VA2044/listing.html)
 
Place of Performance
Address: 301 7th Street, SW - Room 1610, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02909595-W 20121007/121005234106-07454e1d98a91820a7699ae7074ee7e3 (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.