SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space in Montgomery and Prince George's Counties, Maryland
- Notice Date
- 12/10/2015
- Notice Type
- Presolicitation
- 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
- 2MD0284-2
- Archive Date
- 3/31/2017
- Point of Contact
- Mett Miller, Phone: 202-624-8517, Robert Brunton, Phone: 202-624-8557
- E-Mail Address
-
mmiller@savills-studley.com, rbrunton@savills-studley.com
(mmiller@savills-studley.com, rbrunton@savills-studley.com)
- Small Business Set-Aside
- N/A
- Description
- State: Maryland City: Montgomery and Prince George’s Counties Delineated Area: Montgomery and Prince George’s Counties Minimum Sq. Ft. (ABOA): 445,000 ABOA Maximum Sq. Ft. (RSF): 539,000 RSF Space Type: Office Parking Spaces (Total): 10 Parking Spaces (Unreserved): 0 Parking Spaces (Reserved): 10 Full Term: 15 years Firm Term: 15 years Option Term: NA Additional Requirements: See Below The Government is seeking sources of office and related space for up to 539,000 rentable square feet of space, which shall yield a minimum of 445,000 ANSI/BOMA Office Area (“ABOA”) square feet of office and related space in up to three adjacent buildings, together with 10 structured reserved parking spaces, for the purpose of consolidating a tenant agency in a campus environment. To be considered “adjacent”, all offered buildings must have ABAAS compliant entrances that are no more than 660 walkable linear feet (“wlf”) apart (i.e., 1/8 mile) from each other, measured along handicap accessible, paved, pedestrian pathways and must not be separated by any public roadways or intervening office buildings except for internal circulation driveways and minor site access roads. Buildings that are not commonly owned must be submitted jointly and commonly managed. The foregoing consolidated requirement consists of the following two blocks of space: Block A shall not exceed 345,000 rentable square feet (RSF), together with 5 structured reserved parking spaces for official government vehicles. Block B shall not exceed 194,000 RSF, together with 5 structured reserved parking spaces for official government vehicles. Offered blocks of space may be located in adjacent buildings. It is the Government’s intent to award separate leases for each offered building or each offered block of space within a building, as applicable. Offered buildings must be located no more than a three (3) mile driving distance from an operable Metrorail station, measured between the vehicular access points closest to the main entrance of the offered building and the main entrance of the Metrorail station, and vice versa. Offered space must be capable of meeting ISC Level III security requirements, 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. 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 for each offered block of space: 1) Building name(s) & address(es); 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 $50.64/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 24, 2015 Market Survey (Estimated): January 2016 Initial Offers Due (Estimated): February 2016 Occupancy (Estimated): March 2018 Send Expressions of Interest to: Name/Title: Emmett Miller Executive Managing Director Savills Studley, Inc. Address: 1201 F St., NW Suite 500 Washington, DC 20004 Office: 202-624-8517 Email Address: mmiller@savills-studley.com Name/Title: Robert Brunton Corporate Managing Director Savills Studley, Inc. Address: 1201 F St., NW Suite 500 Washington, DC 20004 Office: 202-624-8557 Email Address: rbrunton@savills-studley.com Name/Title: Tim Mazzucca Assistant Director Savills Studley, Inc. Address: 1201 F St., NW Suite 500 Washington, DC 20004 Office: 202-624-8547 Email Address: tmazzucca@savills-studley.com Government Contact Lease Contracting Officer: James J. Phelan Leasing Specialist: Glenn Harvey Broker: Emmett Miller, Robert Brunton and Tim Mazzucca
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/2MD0284-2/listing.html)
- Place of Performance
- Address: Maryland, United States
- Record
- SN03966279-W 20151212/151210234334-3657fd5935f4448d4d0cee8435628de5 (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 |