Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2014 FBO #4701
MODIFICATION

X -- THE US GOVERNMENT IS CURRENTLY SEEKING EXPRESSIONS OF INTEREST TO LEASE OFFICE AND RELATED SPACE IN COLUMBUS, OH

Notice Date
10/6/2014
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - UGL Services Equis Operation Co., 161 N. Clark Street, Suite 2400, Chicago, Illinois, 60601, United States
 
ZIP Code
60601
 
Solicitation Number
GS-05P-LOH19290
 
Archive Date
10/30/2014
 
Point of Contact
Tim Jarzembowski, Phone: 248-358-6104, Bruce Keyes, Phone: 719-237-5740
 
E-Mail Address
tim.jarzembowski@dtz.com, bruce.keyes@dtz.com
(tim.jarzembowski@dtz.com, bruce.keyes@dtz.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT RLP#: GS-05P-LOH19290 Expressions of Interest Sought The prospective building should be Class "A" office space within a professional office area, with appropriate amenities suitable for such space as determined by the Lease Contracting Officer (LCO). State:Ohio City:Columbus Delineated Area:North: I-670 East: I-71 South: I-70 West: I-70 Minimum Sq. Ft. (ABOA):14,215 Maximum Sq. Ft. (ABOA):14,926 Space Type:Office Parking Spaces (Total):68 Parking Spaces (Surface):63 employee and visitor parking spaces must be commercially available onsite or within ¼ mile walking distance, see Additional Requirements. Parking Spaces (Structured):None Parking Spaces (Reserved):5 (3 GOV, 2 Official Visitor) Full Term:15 years, fully serviced (with 90 day termination rights) Firm Term:10 years Option Term:None ADDITIONAL REQUIREMENTS: •At a minimum this project shall obtain LEED - Certification for Commercial Interiors (LEED-CI) for existing buildings or LEED - Silver Certification for New Construction (LEED-NC) for new buildings. The successful Lessor, at the Lessor's cost and expense, shall obtain certification from the U.S. Green Building Council (USGBC) within nine (9) months of project occupancy. •Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception. •A public bus line usable by tenant occupants and their customers shall be located within the immediate vicinity of the building, but generally not exceeding a walkable ¼ mile, as determined by the LCO. Bus stops to occur on a regular, frequent basis (schedule required to be provided. It must show location and frequency of bus stops). •A loading area with double doors or an overhead door must be available in the building in which the space is offered for the handling of pallet sized loads. The loading area is not required to be above-grade or have a loading dock. •Heavy floor loading (100 lbs psf) required in storage areas. •A second means of egress to/from the space acceptable to the Government is required. •Ability to install separate restrooms within the space. •Space must be contiguous and if located on two floors, the space must be directly above/below each other. •If 2nd floor or higher space is offered, it shall have a minimum of 2 public use elevators one of which can also act as a freight elevator. •Must meet the Government's requirements for Level II Security. •The space cannot be located on the same floor as Immigration and Customs Enforcement or any Immigration Attorneys. •The public entrance to the building must be located more than 300 walkable feet to schools (K-12). The offered premises must be within the Delineated Area and must meet Government requirements for fire safety, accessibility (ABAAS), seismic and sustainability standards 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. SUBMISSION REQUIREMENTS: Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1.Building name/address and the location of available space within the building; 2.Rentable square feet available and the expected rental rate per rentable square foot, fully serviced; ANSI/BOMA office area (ABOA) square feet to be offered and the expected rental rate per ABOA square foot, fully services. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any); 3.Date of space availability; 4.Building ownership information; 5.Amount of parking available onsite and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any); 6.Energy Efficiency and renewable energy features existing within the building; 7.List of building Services provided; 8.One-eighth inch scale drawing of space offered; 9.Name, address, telephone number, and email address of authorized contact; 10.In cases where an agent is representing multiple ownership entities, written acknowledgement; 11.Permission to represent multiple owners for the same submission; 12.Map showing building and bus stop location, and 13.A public transportation bus schedule indicating frequency of stops. Expressions of Interest Due:10/23/2014 Market Survey (Estimated): 11/15/2014 Offers Due(Estimated): 01/12/2015 Occupancy (Estimated): 03/01/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50f95500c831e9f640ba85c84eeb516c)
 
Place of Performance
Address: Columbus, Ohio, United States
 
Record
SN03543703-W 20141008/141006234453-50f95500c831e9f640ba85c84eeb516c (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.