Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2012 FBO #4001
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT Seeks to Lease Office Space in Suburban Maryland - 2MD2049

Notice Date
11/5/2012
 
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
2MD0249
 
Archive Date
12/5/2012
 
Point of Contact
Whitney Aaronson, Phone: 2027195832, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com
(Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
The Government is seeking to enter into a lease for space meeting the following requirements: City, State: Suburban Maryland Delineated Area: The delineated area is inside I-495/I-95 in Montgomery and Prince Georges Counties in Maryland Approximate Sq. Ft. (ABOA): Approximately 90,000 ABOA Approximate Sq. Ft. (BRSF): N/A Space Type: Warehouse and related space Parking Spaces (Total): Local code required on-site parking spaces Parking Spaces (Surface): Local code Parking Spaces (Structured/ Reserved): N/A Full Term: Ten (10) years Firm Term: Ten (10) years Option Term: N/A Additional Requirements: - The offered building must have at least 18-0" clearance with a minimum of (2) drive-in doors at least 11'-0" high and (3) dock doors to accommodate (3) 50' tractor-trailers. - The offered space must be heated and on the ground floor. - The proportion of warehouse to office must be 90/10. Not all minimum requirements are shown in this advertisement. Subleases will not be considered. Offered space shall not be in the 100 year flood plain. Offered space must meet Government requirements for Fire, Safety and Handicapped Accessibility, and Sustainability set forth in the Request for Lease Proposals. The Government is considering whether to remain in its existing space at 7100-C Old Landover Road, Landover, MD) or to relocate to alternative space. 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 alternate space that potentially can satisfy the Government's requirements, as well as costs associated with moving. These costs include, but are not limited to, physical move costs, replication of tenant improvements and telecommunications and security infrastructure, and non-productive agency downtime and the impact of a move on the agency's mission. 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. The General Services Administration (GSA) is using a tenant broker to represent the Government in 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 offices and employees of the GSA or their authorized representative, JLL. Expressions of interest should include the following information at a minimum: 1. Building name, address, and age; 2. Location of space in the building and date of availability; 3. BOMA Rentable square feet (BRSF) offered and rate per BRSF; 4. ANSI/BOMA office area/usable square feet (USF / ABOA) and rental rate per USF, full service, inclusive of a Tenant Improvement Allowance of $8.69/USF for alternative locations and $0.00/USF for the incumbent location, meeting GSA's standard building shell requirements; 5. Name, address, telephone number, and email address of authorized contact; 6. Scaled floor plans (as-built) identifying offered space. 7. Information on project and building ownership.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2MD0249/listing.html)
 
Place of Performance
Address: 301 7th Street SW, Washington, District of Columbia, 20407-0001, United States
Zip Code: 20407-0001
 
Record
SN02924599-W 20121107/121105234320-7a5c939c72af85fdc73b01f67267ded4 (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.