Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
SOLICITATION NOTICE

X -- U.S. Government Seeks to Lease Office and Related Space in Washington, DC

Notice Date
7/20/2015
 
Notice Type
Presolicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractors - CBRE, Inc, 1861 International Drive, Suite 300, McLean, Virginia, 22102, United States
 
ZIP Code
22102
 
Solicitation Number
3DC0421
 
Point of Contact
Henry O. Chapman, Phone: 202-585-5665, Sara Dunstan, Phone: 202-585-5663
 
E-Mail Address
henry.chapman@cbre.com, sara.dunstan@cbre.com
(henry.chapman@cbre.com, sara.dunstan@cbre.com)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) seeks to lease the following space: City/State: Washington, DC Delineated Area: Washington, DC Central Employment Area Minimum Sq. Ft. (ABOA): 394,000 Maximum Sq. Ft. (RSF): 473,000 Space Type: Office and related space Parking Spaces (Total): Available on-site parking spaces must meet at least the local code stipulated by the National Capital Planning Commission. Parking Spaces (Reserved): None Full Term: 15 years Firm Term: 15 years Option Term: One (1) option term up to five (5) years Additional Requirements: - The offered building must have the ability to accommodate ISC Level IV Security Requirements without infringing on public space. - The offered space must be contiguous and accommodated in no more than one (1) building, and the top floor of the Government's space must not be located more than two (2) floors from the roof. Government will require approximately 28,495 ABOA SF on the first (1 st ) or ground floor of the offered building, which does not have to be contiguous to the remaining lease premises. If this entire square footage is not available on the ground/first (1 st ) floor, approximately 4,320 ABOA SF may be located on the floor one (1) level below the ground level. - The first (1 st ) floor of the offered building must have a minimum finished ceiling height of 11'6". - The Government will require the right to fully control and secure the parking garage. - The Government will require the right to fully control and secure the building roof at no additional cost, and the roof must be free from signal interference as determined by the FCC. - The offered building must be within 2,640 walkable linear feet of a metrorail station. - Any combination of existing and/or new construction will be considered. Any new construction offered must be fully permitted and in possession of all entitlements by the submission date for Final Proposal Revisions. Subleases will not be considered. It is anticipated the incumbent Lessor(s) may compete for this procurement. The Government is seeking to improve their current occupancy efficiencies and it is anticipated that most of the existing space will need to be redesigned and renovated. All informational rental quotations for incumbent Lessor(s) should include any swing space plan necessary to achieve tenant objectives. Not all minimum requirements are reflected in this advertisement. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. 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. The General Services Administration (GSA) is using a tenant broker to represent the Government in 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 offices and employees of the GSA or their authorized representative, CBRE, Inc. Expressions of interest should include the following information at a minimum: 1. Building name, address, and age; 2. Location of space in the building and date of availability; 3. Rentable square feet (RSF) offered and rate per RSF; 4. ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance of $46.74/USF and a Building Specific Amortized Capital (BSAC) Allowance of $35.00/USF, meeting GSA's standard building shell requirements; 5. Name, address, telephone number, and email address of authorized contact; 6. Scaled floor plans (as-built) identifying offered space. 7. Information on project and building ownership. 8. Incumbent Lessor(s) must include a swing plan as outlined above. Projected Dates. Expressions of Interest Due: August 3, 2015, 3:00 pm Market Survey (Estimated): August 2015 Offers Due: September 2015 Occupancy (Estimated): No earlier than October 17, 2017 and no later than December 31, 2019 Send Expressions of Interest to: Name/Title: CBRE, Inc ATTN: Henry Chapman, Sara Dunstan Address: 750 9th Street, NW Suite 900 Washington, DC 20001 Office/Fax: (202) 783-8200/(202) 783-1723 Email Address: henry.chapman@cbre.com, sara.dunstan@cbre.com Government Contact Lease Contracting Officer Kevin Terry Leasing Specialist Kevin Paul Broker Henry Chapman Sara Dunstan CBRE, Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBTC/3DC0421/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03802660-W 20150722/150720234724-6c54c82fdf4b7d1838a52063a44ca546 (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.