MODIFICATION
X -- UNITED STATES GOVERNMENT SEEKS EXPRESSIONS OF INTEREST FOR LEASE OF OFFICE AND RELATED SPACE IN NORTHERN VIRGINIA (3VA0479)
- Notice Date
- 7/28/2014
- Notice Type
- Modification/Amendment
- 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
- 3VA0479
- Archive Date
- 8/23/2014
- Point of Contact
- Nicholas A. Nimerala, Phone: (202)719-5797, William F. Craig, Phone: (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
- The U.S. General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Various in Northern Virginia Delineated Area: North: S. Washington Boulevard to Columbia Pike (244) to Little River Turnpike (236) West: I-495 South: I-495 to I-395 East: I-395 Minimum Sq. Ft. (BRSF): 90,000 Maximum Sq. Ft. (BRSF): 98,000 Approximate Sq. Ft. (ABOA): 77,981 Space Type: Office 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): Two (2) Full Term: Ten (10) years Firm Term: Five (5) years Option Term: One (1) 5-year renewal option Mandatory Occupancy Date: January 15, 2015 Additional Requirements: - ISC Level III security - After-hours (i.e. nighttime) janitorial services The Government currently occupies space in a building in Northern Virginia under lease LVA01710 that will be expiring on January 14, 2015. 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. Interested parties are advised that the Government reserves the right to award on initial proposals, without discussions. 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: August 8, 2014 Market Survey: TBD Offers Due: TBD Occupancy: January 15, 2015 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. Full service rental rate per ABOA square foot and BRSF (specifying services and utilities, and utilizing a tenant improvement allowance of $46.74 per ABOA square foot) 10. Number of month(s) of free rent (if included) 11. List of building services provided (including but not limited to fitness center, shuttle service, and other amenities) 12. Location, number, and cost of parking spaces available to the Government 13. Building setback information 14. Name, address, telephone number, and email address of authorized contact 15. 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 7 th Street SW - Room 1610 Washington, DC 20407 Attention: Mr. Terry Reid Email: terry.reid@gsa.gov Expressions of Interest are due no later than 4:30 p.m. ET, August 8, 2014. Please reference Project Number: 3VA0479. Government Contacts: Lease Contracting Officer: Michelle Pindell Leasing Contract Specialist: Terry Reid GSA Broker Representatives: Nick Nimerala and Bill Craig
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/3VA0479/listing.html)
- Place of Performance
- Address: 301 7th Street, SW, Room 1610, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN03439775-W 20140730/140728234630-03d144f4201767d51bef6b3bd0c55934 (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 |