Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
AWARD

X -- Award Notice for 5DC0362 - Redacted JOTFOC

Notice Date
6/20/2016
 
Notice Type
Award Notice
 
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
 
Archive Date
7/13/2016
 
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
 
Award Number
GS-11P-LDC12732
 
Award Date
6/13/2016
 
Awardee
MEPT/FCP Patriots Plaza LLC, a Delaware limited liability company, c/o Bentall Kennedy<br />, 7315 Wisconsin Ave, Suite 350 W, Bethesda, Maryland 20814, United States
 
Award Amount
$16,679,922.31
 
Description
Redacted JOTFOC U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:District of Columbia City:Washington Delineated Area:Central Employment Area of Washington, DC Minimum Sq. Ft. (ABOA):39,771 ABOA Maximum Sq. Ft. (ABOA):41,760 ABOA Space Type:Office Parking Spaces (Total):Per local code Parking Spaces (Unreserved):0 Parking Spaces (Reserved):0 Full Term:8 years Firm Term:5 years Option Term:N/A Additional Requirements:-Offered space must be on the 2nd floor or higher. -Offered space must be contiguous on no more than two floors with no less than 14,839 ABOA offered on either floor. -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. The Government currently occupies office and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, 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 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 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. 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:August 13, 2015, no later than 4:30 PM EST Market Survey (Estimated):September 9, 2015 Initial Offers Due (Estimated): November 19, 2015 Occupancy (Estimated):April 27, 2017 Send Expressions of Interest to: 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 Government Contact Lease Contracting Officer:Kevin Morrison Leasing Specialist:Kevin Morrison Broker:Bryant Porter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/Awards/GS-11P-LDC12732.html)
 
Record
SN04155117-W 20160622/160620234216-8512ad4aabcf27b26e1ed84e629c3a29 (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.