SOLICITATION NOTICE
X -- U.S. Government General Services Administration (GSA) seeks to lease space in Montgomery County, MD
- Notice Date
- 1/10/2013
- 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
- 9MD2209
- Archive Date
- 2/9/2013
- Point of Contact
- Howard A Traul, Phone: 202-719-5860
- E-Mail Address
-
howard.traul@am.jll.com
(howard.traul@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Maryland County: Montgomery City: Rockville Delineated Area: North - Muddy Branch Road to I-270 to I-370; South - Western Avenue following the border of Southern Maryland up to the Clara Barton Parkway; East - Crabbs Branch Way to E. Gude Drive to Norbeck Road to Viers Mill Road to Connecticut Avenue; West - Seven Locks Road to Wooten Parkway to Darnestown Road to Great Seneca Highway to Muddy Branch Road. Sq. Ft. (ABOA) Minimum: 45,000 Sq. Ft. (ABOA) Maximum: 53,000 Sq. Ft. (RSF): 59,662 Space Type: Lab, with an office component. Parking : 1 reserved space; surface spaces must meet local code Full Term: 15 years Firm Term: 15 years Option Term: Additional Requirements: Subleases are not acceptable. Must be compliant with BSL-2 (BioSafety Level 2) and Vibration. Offered space must meet Government requirements, as per the terms of the lease: 1. Ceiling height: Minimum of 8 ft to a maximum of 11 ft clearance from finished floor to underside of finished ceiling for office areas and minimum clear height of 9 ft 8 inches to 11 ft 3 inches to accommodate certain lab equipment including extensive fume hoods, NMR units and robot systems ; 2. Special Requirements: Clear interior areas approximating 15 ft X 16 ft each for Nuclear Magnetic Resonance Spectrometers, and clear area approximating 24 ft X 36 ft for robotics equipment with minimum 10 ft ceiling height; 3. Vibration: The building must meet very stringent vibration criteria; 4. Emergency power for robotics equipment, NMR equipment, cold room, designated refrigerators, freezers, incubators and other equipment requiring capacity of about 300KW for a minimum of 24 hours. The Government intends to use this information from prospective sources to issue a Request For Proposal. The Government currently occupies leased lab and office related space that will be expiring on September 30, 2013. Buildings offered for consideration must have the ability to meet all current Federal/GSA/PBS, State, and Local codes and regulations including, but not limited to, fire and life safety, handicapped accessibility, seismic, OSHA, and sustainability standards by the required occupancy date per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 and/or 500 year flood plain. 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 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 likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. Expressions of Interest must be received in writing no later than January 25, 2013 at 5:00 PM ET and should include the following information at a minimum: •· Building name and address; •· Location of space in the building and date of availability; •· Rentable Square Feet (RSF) offered and rate per RSF; •· ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA, full service inclusive of a Tenant Improvement allowance of $38.95 / ABOA SF, meeting GSA's standard building shell requirements; •· Scaled floor plans (as-built) identifying offered space; •· Evidence of ability to meet the required occupancy date of no later than June 30, 2014; •· Site plan showing parking area(s) and loading area(s); •· Name, address, telephone number, and email address of authorized contact. 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. Projected Dates: Expressions of Interest Due: January 25, 2013 Market Survey (Estimated): February 8, 2013 Offers Due (Estimated): March 22, 2013 Occupancy (Estimated): June 30, 2014 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the offices and employees of the General Services Administration (GSA) or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to: Jones Lang LaSalle Attn: Howard Traul 1801 K Street, NW - Suite 1000 Washington, DC 20006 (202) 719-5860 Howard.Traul@am.jll.com A copy shall be sent to: GSA National Capital Region Lease Execution Division Attn: Glenn Harvey 301 7 th Street, SW - Suite 1610 Washington, DC 20407 Please reference Project Number 9MD2209 Contracting Office Address: 1801 K Street, NW - Suite 1000 Washington, DC 20006 Primary Point of Contact: Howard Traul GSA Broker Representative Jones Lang LaSalle Howard.Traul@am.jll.com (202) 719-5860
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9MD2209/listing.html)
- Record
- SN02962750-W 20130112/130110234044-e44516936b9bc27360fe947a4409d5aa (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 |