SOLICITATION NOTICE
X -- GOVERNMENT SEEKING TO LEASE A MINIMUM OF 10,474 ABOA SF IN FAIRFAX COUNTY, VA - Delineated Area Map
- Notice Date
- 2/17/2017
- 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
- 2VA0637B
- Archive Date
- 3/21/2017
- Point of Contact
- David Jordan, Phone: (202) 719-5838, Bill 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
- 2VA0637 Delineated Area Map The Government is seeking to enter into a lease for space meeting the following requirements: Fairfax County, Virginia Delineated Area: NORTH: Intersection of Fairfax County Parkway and Sunset Hills Road, east on Sunset Hills Road to Hunter Mill Road. EAST: Hunter Mill Road south to Chain Bridge Road to Jermantown Road to Blake Lane to Pickett Road to the intersection of Little River Turnpike. SOUTH: Little River Turnpike west to Main Street to the intersection of Lee Highway, south on Lee Highway, north on Fairfax County Parkway, west on I-66 to Stringfellow Road. WEST: Stringfellow Road north to Fairfax County Parkway to the intersection of Sunset Hills Road. Minimum Sq. Ft. (ABOA):10,474 ABOA Space Type:Office or Retail Parking Spaces:Parking should adhere to local zoning code. Adequate parking at reasonable market rates should be available within 1,360 walkable feet of the proposed space. Handicapped parking consistent with Architectural Barriers Act Accessibility Standards (ABAAS) must be located in the immediate vicinity of the entrance. Public Transportation:If public transportation is provided by the municipality within the delineated area, then it should be available within 1,360 walkable feet of the proposed space and provide hourly service from 7 am to 6 pm during the business week. Lease Term: Fifteen Years Firm Term:Ten Years Priced Renewal Option:One priced renewal option for an additional 5-year duration Additional Requirements:•Space must be contiguous on one floor and lend itself to efficient workplace layout. •Column spacing of at least 20' x 20' is preferred. Buildings without 20' x 20' column spacing will be considered, but must provide a test-fit upon request demonstrating efficient workplace layout. •The Government's preference is for space that is no more than twice as long as it is wide. Buildings without such configuration will be considered, but must provide a test-fit upon request demonstrating efficient workplace layout. •The determination of efficient workplace layout will be made at the Government's sole discretion. •Space must provide two means of egress. •A minimum of two elevators is required if space is on an upper floor. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current applicable federal, state, and local government building codes and regulations including, but not limited to, fire and life safety, accessibility, sustainability, OSHA, and seismic per terms of the Request for Lease Proposal. A full-service lease is required. Offered space shall not be in a 100-year floodplain. Subleases and proposals for new leased construction will not be considered. B.Projected Dates. Expressions of Interest Due:March 6, 2017 Market Survey (Estimated):March 14, 2017 Occupancy (Estimated):4Q2018 C.Expressions of Interest. If you desire to submit a location for consideration, please forward information by 5:00 PM ET, March 6, 2017. Expressions of interest should include building name and address; AutoCAD of floor plate with offered premises clearly hatched and defined; rentable square feet offered and rentable rate per square foot (specifying services and utilities included) with priced renewal option; and, contact information for owner or authorized agent. Brokers or agents may represent the prospective landlord, but any properties or proposals submitted by brokers and/or agents must be accompanied by written evidence that they are authorized to represent the building's ownership. Please reference Project Number 2VA0637. This Presolicitation Notice does not address requirements in their entirety. Successful bid will need to meet all requirements as detailed within the Request for Lease Proposals to be issued subsequent to this pre-solicitation notice. D.Government Contact. 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 david.jordan@gsa.gov With a copy to: Erin Hoke GSA Public Buildings Service 100 S. Independence Mall West Philadelphia, PA 19106 Erin.Hoke@gsa.gov and Bill.Craig@am.jll.com, and Staci.Stout@am.jll.com
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2VA0637B/listing.html)
- Place of Performance
- Address: General Services Administration, Public Buildings Service, 100 S. Independence Mall West, Philadephia, Pennsylvania, 19106, United States
- Zip Code: 19106
- Zip Code: 19106
- Record
- SN04407183-W 20170219/170217234526-80f45a82838e585489086aec4384f1e8 (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 |