Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2017 FBO #5606
SOLICITATION NOTICE

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 5,470 – 6,290 RSF (Yielding at Least 4,757-5,470 USF) OF WAREHOUSE OR FLEXIBLE USE SPACE IN SAINT PAUL, MN - Delineated Area Map

Notice Date
3/28/2017
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Real Estate Division (47PF99), 230 South Dearborn Street, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS-05P-LMN00031
 
Point of Contact
Michael J. Dillon, Phone: 3122593324, Robert E Jones Jr, Phone: 312-353-7847
 
E-Mail Address
michaelj.dillon@gsa.gov, robert.jones@gsa.gov
(michaelj.dillon@gsa.gov, robert.jones@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Delineated Area Map REQUIREMENT: The United States Government (“Government”) is seeking expressions of interest from potential sources for warehouse or flexible use space in Saint Paul, Minnesota. The US Government’s existing lease in Saint Paul, Minnesota is expiring and the Government is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 5,470-6,290 rentable square feet of warehouse or flexible use space and related space in the City of Saint Paul, Minnesota, for use by the United States Government. The area of consideration/delineated area is as noted above. The space must yield a minimum of 4,757–5,470 ANSI/BOMA (formerly “Usable”) square feet of contiguous space. The space offered must be contiguous and preferably on no more than one (1) floor. The anticipated term is 10 years, 5 years firm as a fully serviced lease. In addition to the rental costs, the Government will also factor in costs of moving to a new location including, but not limited to, physical move, tenant improvements, above-standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. The building must be located in a prime commercial warehouse or flexible use space district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide regularly scheduled public transportation and employee parking within convenient walking distance of the offered building sufficient to cover commuting needs of employees. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations, Federal environmental including but not limited to fire and life safety, accessibility, OSHA, LEED, Energy STAR, and seismic protection. SUBMISSION REQUIREMENTS Expressions of interest from the advertisement must include all the elements required in the FedBizOps ad or the Lease Contracting Officer/Broker must get all the information from those asking to be included on the market survey prior to determining the locations to visit on the pre-market survey. The normal list follows and can be copied and pasted into the advertisement format: 1. Building name/address. 2. Legal property description, recent survey, and property identification numbers (PIN). 3. Location of space in the building and date it will be available. 4. CAD disk with dimensions shown and one-eighth inch scale dimensioned drawing of space offered – showing columns, stairwells, restrooms, windows, paths of egress and any other architectural features of the space. 5. The actual space being offered must be identified with hash marks or some other identifier. 6. CAD disk and/or one-eighth inch scale drawings of typical floor plates for the entire building – including the first floor entrances, exits, egress, etc. that help determine ABAAS, ADA and fire life safety requirements. 7. For new construction, CAD disk showing all of the above items plus a rendering of the proposed building must be provided. 8. For new construction, a list of the building materials to be used in constructing the building must be shown on a rendering, etc. 9. ANSI/BOMA defined office area/useable square feet (USF) 10. Rentable Rate per square foot (RSF) and Rentable Square Feet (RSF) offered 11. State Tenant Improvement Allowance (work letter) included in Rentable Rate 12. List services and utilities provided by the Lessor 13. Map showing public transportation within ¼ mile of the offered building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eec0558058ea36f75badcf3d49587487)
 
Place of Performance
Address: Delineated Area:, North – 3rd Street east until it intercepts White Bear Avenue, East – White Bear Avenue south to I-94, West – Johnson Parkway north to 3rd Street E., South – West on I-94 until it intercepts Johnson Parkway, Saint Paul, Minnesota, 55106, United States
Zip Code: 55106
 
Record
SN04450621-W 20170330/170328235804-eec0558058ea36f75badcf3d49587487 (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.