Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

X -- Pre-Soliciation - Office Space Charlotte, NC

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Leasing Division (4PL), 77 Forsyth Street, SW, Atlanta, Georgia, 30303-3427, United States
 
ZIP Code
30303-3427
 
Solicitation Number
6NC0142
 
Archive Date
1/10/2017
 
Point of Contact
LeShaundra Greer, Phone: 404.562.0586, LeShaundra Greer, Phone: 404.562.0586
 
E-Mail Address
LeShaundra.Greer@gsa.gov, LeShaundra.Greer@gsa.gov
(LeShaundra.Greer@gsa.gov, LeShaundra.Greer@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: North Carolina City: Charlotte Delineated Area: North : I-85, 512 (Billy Graham Parkway) and 74 (Wilkinson Boulevard) South: I-485 East: I-77 West: I-485 Minimum Sq. Ft. (ABOA): 25,242 Maximum Sq. Ft. (ABOA): 25,242 Space Type: Class A Office Parking Spaces (Total): Parking Spaces within within ¼ walkable mile. Parking Spaces (Surface): 136 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 5 Full Term: 15 Firm Term: 10 Option Term: 0 Additional Requirements: 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. Expressions of Interest Due on or before : March 9, 2017 Market Survey (Estimated): April 3, 2017 Occupancy (Estimated): August 1, 2018 Send Expressions of Interest to: Name/Title: LeShaundra Greer/Contracting Officer Address: 77 Forsyth Street SW, Atlanta, GA 30303 Office/Fax: 404-331-0479 / 404-562-0863 Email Address: LeShaundra.Greer@gsa.gov Government Contact Lease Contracting Officer LeShaundra Greer The prospective building should be Class "A" office space within a professional office area, with appropriate amenities suitable for such space as determined by the Lease Contracting Officer (LCO). ADDITIONAL REQUIREMENTS: At a minimum this project shall obtain LEED - Certification for Commercial Interiors (LEED-CI) for existing buildings. Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception. A public bus line usable by tenant occupants and their customers shall be located within the immediate vicinity of the building, but generally not exceeding a walkable ¼ mile, as determined by the LCO. Bus stops to occur on a regular, frequent basis (schedule required to be provided. It must show location and frequency of bus stops). A loading area with double doors or an overhead door must be available in the building in which the space is offered for the handling of pallet sized loads. The loading area is not required to be above-grade or have a loading dock. Space must be contiguous and if located on two floors. Recommended: If 2nd floor or higher space is offered, it shall have a minimum of 2 public use elevators one of which can also act as a freight elevator. SUBMISSION REQUIREMENTS: Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1. Building name/address and the location of available space within the building; 2. Rentable square feet available and the expected rental rate per rentable square foot, fully serviced; ANSI/BOMA office area (ABOA) square feet to be offered and the expected rental rate per ABOA square foot, fully services. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any); 3. Date of space availability; 4. Building ownership information; 5. Amount of parking available onsite and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any); 6. Energy Efficiency and renewable energy features existing within the building; 7. List of building Services provided; 8. One-eighth inch scale drawing of space offered; 9. Name, address, telephone number, and email address of authorized contact; 10. In cases where an agent is representing multiple ownership entities, written acknowledgement; 11. Permission to represent multiple owners for the same submission; 12. Map showing building and bus stop location, and 13. A public transportation bus schedule indicating frequency of stops Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-12-12 09:03:00">Dec 12, 2016 9:03 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-02-16 09:44:40">Feb 16, 2017 9:44 am Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PE/6NC0142/listing.html)
 
Place of Performance
Address: Charlotte, North Carolina, United States
 
Record
SN04406253-W 20170218/170216235529-2dc3e4bf5eadb91b05da29389d78e076 (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  © 1994-2020, Loren Data Corp.