Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

X -- U.S. Government seeks to lease office space in Lakewood, CO

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), PBS Center for Broker Services (47PA05), See procurement notice or solicitation for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
5CO0343
 
Archive Date
7/5/2017
 
Point of Contact
Bruce Keyes, Phone: 719-237-5740
 
E-Mail Address
bruce.keyes@gsa.gov
(bruce.keyes@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State:Colorado City:Lakewood Delineated Area:South: W. Yale Ave through to C-470 West: C-470 to I70 to Denver West Dr. to Denver W. Parkway to Denver W. Circle back to I70 to Ward Rd South to W. 44th Ave. North: W 44th Ave East: Wadsworth Blvd (US 121) Minimum Sq. Ft. (ABOA):13,260 Maximum Sq. Ft. (ABOA):13,923 Space Type:Office Parking Spaces (Total):0 Parking Spaces (Surface):0 Parking Spaces (Structured):0 Parking Spaces (Reserved):0 Full Term:15 years Firm Term:10 years Option Term:None Additional Requirements:A minimum of 125 on-site, street, or commercial pay parking, with rates at or below the average of the city, and/or on-site parking shall be available within two blocks of the proposed space. Restricted or metered parking of one hour or less within the two-block area of the space does not meet parking requirements. Sites with on-site parking shall be given first consideration. Space considered inefficient by the government will not be acceptable. Offered space shall be serviced by sidewalks and street lighting maintained by the city. Sites which are located directly on a highway or six-lane thoroughfare shall not be considered if the office is not immediately accessible from both directions of traffic, and traffic devices are not located to control left turning traffic. Space offered shall be located within the equivalent of two city blocks from a primary or secondary street. i)The route of travel from the primary or secondary street shall be direct. Locations that have obscure or difficult access, as judged by the government, shall not be considered. Offered space shall be located within two blocks of public transportation and within one mile of restaurants and shopping. Office space shall not be located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or smells detectable within the office space. Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes shall not be acceptable. No part of offered space may be below grade. Buildings with a history of mold or moisture problems will not be considered. Buildings shall have windows comprising 50 percent of the exterior perimeter walls. Space containing interior ramps or steps shall not be considered. Space shall be contiguous and first floor space shall be considered most efficient. i.If upper level space is considered, elevator service shall consist of a minimum of two accessible elevators serving the floor proposed for SSA. Both elevators shall be directly accessible to the public and the SSA lobby. ii.One of the accessible elevators may serve as a freight elevator. Space shall be no more than twice as long as it is wide and should have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow. Columns must be at least 20 feet from any structural wall and from each other. Columns shall not be greater than 18 inches square in size. For Design/Build projects, there is a minimum six (6) month timeframe that shall be added for internal GSA review prior to RLP Issuance. 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 100/500 year flood plain. When responding with expression of interest, the interested party must include a full service rental rate, the most competitive rate, as well as the following: 1.Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered. 2.Identification of public transit routes/stops near the property offered. 3.Rentable square feet available and expected rental rate per rentable square foot, fully serviced. 4.ANSI/BOMA office area (ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any. 5.Date of space availability. 6.Building ownership information. 7.Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any). 8.Energy efficiency and renewable energy features existing within the building. 9.List of building services provided. 10.For Design/Build projects, a proposed Project Schedule including a six (6) month internal GSA review timeframe in meeting the advertised proposed Occupancy Date. 11.A Test Fit may be required as an additional submittal. Please reference RLP # 5CO0343 GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized broker representative. Expressions of Interest Due:May 18, 2017 Market Survey:June 21, 2017 Offers Due (Estimated): August 21, 2017 Occupancy (Estimated):October 1, 2018 Interested parties should send expressions of interest to: Name/Title:Bruce Keyes, Senior Transaction Manager Company: Cushman & Wakefield Address:8390 E. Crescent Pkwy, Suite 450 Greenwood Village, CO 80111 Office: 719-237-5740 Email Address:bruce.keyes@gsa.gov Government Contact: Lease Contracting OfficerTammy Eatough Broker Contact: Bruce Keyes, Senior Transaction Manager Cushman & Wakefield
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32d1ee4409c847ef6c1de1c0cbc0b60e)
 
Place of Performance
Address: GSA, One Denver Federal Center, Bldg 41, W 6th Avenue and Kipling Street, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN04541192-W 20170614/170612234854-32d1ee4409c847ef6c1de1c0cbc0b60e (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.