Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2014 FBO #4750
MODIFICATION

X -- U.S. Government seeks to lease 55,000 RSF of office space in Northern Virginia - 3VA0614

Notice Date
11/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Studley Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004, United States
 
ZIP Code
20004
 
Solicitation Number
3VA0614
 
Archive Date
12/24/2014
 
Point of Contact
Mett Miller, Phone: 202-624-8517, Bryant F. Porter, Phone: 202-624-8515
 
E-Mail Address
mmiller@savills-studley.com, bporter@savills-studley.com
(mmiller@savills-studley.com, bporter@savills-studley.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Northern Virginia Delineated Area: Area defined by the following boundaries: Northern: Route 7 Eastern: I-395/95 North and South Southern: Route 234 Western: Route 28 Minimum Sq. Ft. (ABOA): 47,422 ABOA Maximum Sq. Ft. (RSF): 55,000 RSF Space Type: Office Parking Spaces (Total): 183 Parking Spaces (Unreserved): 96 Parking Spaces (Reserved): 87 Full Term: 10 years Firm Term: 10 years Option Term: 5 years Additional Requirements: See Below. The Government is seeking expressions of interest from sources of office and related space for up to approximately 55,000 rentable square feet (RSF) of space, which shall yield a minimum of 47,422 ANSI/BOMA Office Area ("ABOA") square feet of office and related space, together with 183 parking spaces, of which 87 spaces must be reserved spaces and 96 spaces must be unreserved spaces. Offered buildings must be located within 2,640 walkable linear feet (wlf) from a Metrorail station measured along accessibility compliant, paved pedestrian pathways from a main entrance of the offered building to the accessibility compliant entrance to the Metrorail station. Offered space must be capable of meeting ISC Level IV security requirements, as determined by the Government in its sole discretion. Offered space cannot be collocated with other Federal, State, local government agencies or private firms whose primary clientele are involved in or have ties to criminal elements or be located in an area where drug activities are prevalent or where easy surveillance of facilities or operations in possible, all as determined by the Government in its sole discretion. Offered space must also meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, 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. The U.S. Government currently occupies office and related space in a building under lease that will be expiring. 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 likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. The Government's decision regarding whether or not to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government's requirements. Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. Expressions of Interest should include the following: 1) Building name & address; 2) Contact information and e-mail address of Lessor's Representative; 3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom); 4) Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a tenant improvement allowance of $46.74/ABOA SF; 5) A description of additional tenant concessions offered, if any; 6) Date building will be ready for commencement of tenant improvements; and 7) Evidence that the offered space will meet the other specific requirements identified herein. Expressions of Interest Due: December 9, 2014 Market Survey (Estimated): December 18, 2014 Initial Offers Due (Estimated): March 5, 2015 Occupancy (Estimated): July 14, 2016 Send Expressions of Interest to: Name/Title: Emmett Miller Executive Managing Director Savills Studley, Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8517 Email Address: mmiller@savills-studley.com Name/Title: Bryant Porter Associate Director Savills Studley, Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8515 Email Address: bporter@savills-studley.com Name/Title: Tim Mazzucca Assistant Director Savills Studley, Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8547 Email Address: tmazzucca@savills-studley.com Government Contact Lease Contracting Officer: Joel T. Berelson Leasing Specialist: Gregg Otten Broker: Emmett Miller, Bryant Porter and Tim Mazzucca
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/3VA0614/listing.html)
 
Place of Performance
Address: 301 7th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN03580686-W 20141126/141124234455-8e1d845b511464fc4a75489a2a9c486f (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.