Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

X -- U.S. Government seeks to lease space in Spokane, WA

Notice Date
5/4/2017
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), PBS Brokerage Services (47PA05), See procurement notice or solicitation for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
6WA0480
 
Archive Date
5/4/2018
 
Point of Contact
Mark Carnese, Phone: 503-279-1764, Brian J. Redmon, Phone: 3037292350
 
E-Mail Address
mark.carnese@cushwake.com, brian.redmon@cushwake.com
(mark.carnese@cushwake.com, brian.redmon@cushwake.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State:WA City:Spokane Delineated Area:Central Business District of Spokane Minimum Sq. Ft. (ABOA):Office: 8,199 ABOA SF Warehouse: 4,655 USF Ware-yard: 40,000 USF Maximum Sq. Ft. (ABOA):Office: 8,631 ABOA SF Warehouse: 4,900 USF Ware-yard: 40,000 USF Space Type:Office, Warehouse, Ware-yard Parking Spaces (Total):See Ware-yard requirements below Parking Spaces (Surface):See Ware-yard requirements below Parking Spaces (Structured):0 Parking Spaces (Reserved):0 Full Term:20 years Firm Term:20 years Option Term:N/A Additional Requirements:Parking requirements: OFFICE - 29 10' x 20' vehicle parking spaces. Parking required to be a maximum of 1/8 mile from building, if not available onsite. 1 bicycle rack capable of accommodating 6 bikes is also required. WARE-YARD - 25 10' x 20' parking spaces for Government vehicles, additional parking for 11 large trailers. Ware-yard requirements: Ware-yard shall be secured by a 10' high fence with barbed wire angled outward. If new fencing is required, cost to be considered Shell. Adequate maneuvering room shall be provided for a 70' tractor trailer. Ware-yard paving shall be designed in accordance with all geotechnical recommendations based on existing soil conditions and anticipated trip counts and vehicle loads. There are 25 GOV's the heaviest of which is 12,000 lbs. of gross weight. Frequency of visits to the wareyard average 20 trips per day. For an average of 2 times a month a 53 foot tractor trailer combination will make deliveries to the wareyard. Office requirements: ceiling height required to be minimum 9'0" measured from finished floor to lowest obstruction. Conference room ceiling height required to be minimum 10'0" measured from finished floor to lowest obstruction. Warehouse requirements: ceiling height required to be minimum 16'0" measured from finished floor to lowest obstruction. Bay 1 Width: 12'0", Height: 14'0". Bay 2 Width: 12'0", Height: 12'0". Columns shall be 30'0" linear feet apart from one another. Offered buildings or sites should not be located adjacent to schools, residential areas, prisons/jails, heavy industrial areas (light industrial or flex space areas are acceptable), or any operations causing excessive odors or noise. Office space must be located on the ground floor. Warehouse preferred to be attached to Office. If not achievable, Warehouse must be located on the proposed site plan. All warehouse overhead doors shall open directly to the ware-yard area. Site must have underground city utilities. Site must have immediate and safe access to principal and minor arterial roads. Two specific and separate entry and exit points must be available to access ware-yard and shall be at least 100 feet apart. 24/7 access required. Separate metering required. Government will pay for all electric and gas utilities directly to the utility companies throughout term of lease. Lessor shall provide all square feet required for site drainage swales or detention ponds. This square footage shall be over and above the BLM minimum requirements. All windows shall be, or made to be, non-operable. Offeror shall be able to meet the Government's energy efficiency and design standards. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. A modified gross lease is required. Offered space shall not be in the 100/500 year flood plain. Expressions of Interest Due:May 15, 2017 Market Survey (Estimated):July 2017 Offers Due: August 2017 Occupancy (Estimated):October 1, 2018 or earlier Expressions of interest must include the following information: 1.Building/site name and address and location of the available space within the building/site; 2.Rentable square feet available and expected rental rate per rentable square foot (for each space type: Office and Warehouse), showing the rent broken into Shell rent and Operating expense rent; 3.ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced but excluding utilities for the following: electricity/ gas, water/sewer and trash collection. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any); 4.Date of space availability; 5.Building ownership information; 6.Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any); 7.Energy efficiency and renewable energy features existing within the building; 8.List of building services provided; 9.One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans and proposed space, or proposed site layout; 10.Name, address, telephone number, and email address of authorized contact; 11.In cases where an agent is representing multiple ownership entities, written acknowledgement; 12.Your letter must include the RLP # listed above and be emailed or mailed to the Primary point of Contact; If the expression of interest letters does not have all of the information listed above they may be considered unresponsive. Send Expressions of Interest to: Name/Title:Mark Carnese, Senior Director Address:Cushman & Wakefield 200 SW Market Street, Ste 200 Portland, OR 97201 Office/Fax: 503-279-1764 Email Address:Mark.Carnese@cushwake.com Government Contact Lease Contracting OfficerFrances Manning, GSA Leasing SpecialistFrances Manning, GSA Broker (Transaction Manager)Brian Redmon, Cushman & Wakefield Broker (Local)Mark Carnese, Cushman & Wakefield
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99d72dddbc8f38549b8732d3d47e50cd)
 
Place of Performance
Address: GSA Public Buildings Service, Leasing Division, 400 15th Street SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN04495665-W 20170506/170504234814-99d72dddbc8f38549b8732d3d47e50cd (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.