Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

X -- Government Seeking to Lease 8,000 SF of Warehouse space in Northern Virginia

Notice Date
8/8/2016
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
 
ZIP Code
20006-4044
 
Solicitation Number
6VA0441
 
Archive Date
9/3/2016
 
Point of Contact
David Jordan, Phone: 202-719-5838, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
david.jordan@am.jll.com, bill.craig@am.jll.com
(david.jordan@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
State:Virginia County:Various City:Various Delineated Area: Not more than 5,280-walkable linear feet (one mile) to a Metro rail station within the following boundaries: I-395 to the Potomac River, south to I-495, west to Backlick Road (VA Route 617) to Braddock Road (VA Route 620) to Little River Turnpike (VA Route 236) to I-395. Sq. Ft. (ABOA) Minimum:8,000 (of which approximately 800 square feet is office), plus minimum secure outdoor storage of 2,000 sf. Space Type:Warehouse and related space Parking :7 surface spaces included in rent Firm Term:10 years Renewal Option:Priced renewal option for 5-year term Additional Requirements: Subleases are not acceptable. Ground floor only -no facility above. No windows or skylights. Cannot be adjacent to any food or beverage operator, distributor, or similar. Cannot be adjacent to any landscape operator, supplier, or similar. No water supply under pressure in ceilings, walls, or floor. Sprinkler system must serve government space only. Firewall with four-hour rated masonry construction between adjoining tenant. Space shall be climate controlled for temperature and humidity. Landlord shall provide weekly HVAC monitoring report, by hour, for temperature and humidity. Lease must be fully-serviced with daytime cleaning, and utilities 24/7 Warehouse clear height must be at least 24 feet from finished floor, with minimum 30'x60' unobstructed floor space. A minimum of one loading dock and one drive-in door. Docks must be capable of servicing full-length tractor trailer. Exterior space for emergency generator. The Government intends to use this information from prospective sources to issue a Request for Proposal. The Government currently occupies leased warehouse and related space that will be expiring. Buildings offered for consideration must have the ability to meet all current Federal/GSA/PBS, State, and Local codes and regulations including, but not limited to, fire and life safety, handicapped accessibility, OSHA, and sustainability standards by the required occupancy date 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 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. Expressions of Interest must be received in writing no later than Friday, August 19, 2016 at 4:30 PM, and include the following information at a minimum: •Building name and address; •Location of space in the building and date of availability; •Rentable Square Feet (RSF) offered and rate per RSF; •ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA, full service inclusive of a Tenant Improvement allowance of $7.79/ABOA SF, meeting GSA's standard building shell requirements; •Renewal Option rate, full service. •Scaled floor plans (as-built) identifying offered space; •Evidence of ability to meet the required occupancy date of no later than April 15, 2017; •Site plan showing parking area(s) and loading area(s); •Name, address, telephone number, and email address of authorized contact. 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. Projected Dates: Expressions of Interest Due:August 19, 2016 Market Survey:September 2016 Occupancy:April 2017 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the offices and employees of the General Services Administration (GSA) or their authorized representative, Jones Lang LaSalle Americas, Inc. Submit Expressions of Interest to GSA Authorized Representative: David Jordan JLL 1801 K Street NW, Suite 1000 Washington, DC 20006 202.719.5838 david.jordan@am.jll.com With a copy to: Sean McNeal Lease Execution Division GSA National Capital Region 301 7th Street SW Washington, DC 20407 Sean.McNeal@gsa.gov and Bill.Craig@am.jll.com and Maureen.Ezeike@am.jll.com Please reference Project Number 6VA0441.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/6VA0441/listing.html)
 
Place of Performance
Address: 301 7th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN04213911-W 20160810/160808235352-bb92283f8ae3d42221f106cb930f6776 (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.