Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOURCES SOUGHT

X -- General Services Administration (GSA) seeks to lease the following space:

Notice Date
11/22/2013
 
Notice Type
Sources Sought
 
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
9VA2442
 
Archive Date
12/21/2013
 
Point of Contact
Whitney Aaronson, Phone: 2027195832
 
E-Mail Address
Whitney.Aaronson@am.jll.com
(Whitney.Aaronson@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
State: Virginia County or City: The city limits of Alexandria, VA and/or the county limits of Arlington, VA Delineated Area: Metro-proximate (within 2,640 feet of a metro rail station) within the city limits of Alexandria, VA and/or the county limits of Arlington, VA Sq. Ft. (ABOA) Minimum: 74,000 Sq. Ft. (RSF): 88,000 Space Type: General office Parking : 1 Full Term: 10 years Firm Term: 10 years Option Term: 0 years Additional Requirements: Subleases are not acceptable. Below grade or street level office space is unacceptable as is any level providing exterior access. Tenant improvement allowance of $49.84 /ABOA Submitted buildings must have, or be able to attain within a year of occupancy, an Energy Star rating of 75 or higher. The requirement must be accommodated by a single building. Space must be contiguous. The Government currently occupies leased office space that expires in April 2015 at 1100 Wilson Blvd., Arlington, VA. The Government’s real property portfolio contains vacant space under lease until March 2017 at 2231 Crystal Dr., Arlington, VA, which can be made suitable for this requirement pending negotiation of a possible superseding lease. 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, OSHA, seismic protection, 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 year flood plain. The proposed net annual rent shall not exceed the $2,850,000 threshold for leases requiring Congressional prospectus approval. Not all minimum requirements are stated in this advertisement. The Government is considering a superseding lease at an existing leased facility in its real property portfolio but will consider alternative space in the market 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 negotiate a superseding lease. In making this determination, the Government will consider, among other things, the availability of existing leased space in its real property portfolio and alternate space that can potentially satisfy the Government’s requirements. Because the Government anticipates relocating from its currently occupied location before May 2015, whether or not a superseding lease is implemented, physical move costs are not a factor that will be considered in the cost-benefit analysis. Offerors should note that the Government will consider duplicative costs likely to be incurred if it were to relocate outside the existing Government real property portfolio, such as vacant space costs, non-productive agency downtime, and other appropriate costs. Expressions of Interest must be received in writing no later than December 6, 2013 at 4:00 PM, and must include the following information at a minimum: · Building name and address; · Location of space in the building and date of availability; · BOMA Rentable Square Feet (BRSF) offered and rate per BRSF; · ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA, full service inclusive of a Tenant Improvement allowance of $49.84/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 April 15, 2015; · Name of the closest operational Metrorail station and the offered building’s distance to it in walkable linear feet; · Site plan showing parking area(s) and loading area(s); · Name of ownership entity and, if applicable, parent company; · 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: December 6, 2013 Market Survey (Estimated): December 2013 Occupancy (Estimated): April 15, 2015 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: Whitney Aaronson 1801 K Street, NW – Suite 1000 Washington, DC 20006 (202) 719-5832 Whitney.Aaronson@am.jll.com A copy shall be sent to: GSA National Capital Region Lease Execution Division Attn: Jim Smale, Mark Tyler 301 7 th Street, SW – Suite 1610 Washington, DC 20407 Jim.Smale @gsa.gov Mark.Tyler@gsa.gov Please reference Project Number 9VA2442.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9VA2442/listing.html)
 
Place of Performance
Address: 301 7th Street, SW, Washington, DC 20407, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN03239699-W 20131124/131122234215-0fd24c833ced9f8e00082369169822da (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.