SOLICITATION NOTICE
X -- U.S. Government Seeks to Lease Flex/Office and Warehouse Space in Northern Virginia
- Notice Date
- 7/4/2017
- Notice Type
- Presolicitation
- 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
- 6VA0367-A
- Point of Contact
- Richard T. Downey, Jr., Phone: 202-585-5664, Henry O. Chapman, Phone: 202.585.5665
- E-Mail Address
-
richard.downey@cbre.com, henry.chapman@cbre.com
(richard.downey@cbre.com, henry.chapman@cbre.com)
- Small Business Set-Aside
- N/A
- Description
- City/State: Northern Virginia Delineated Area: North: Beginning at the intersection of the Fairfax County/Loudoun County borderline and Sully Road (Route 28), heading northeast along the Fairfax County/Loudoun County borderline to Sterling Road (Route 606), to Elden Street, heading east on Elden Street, which turns into Baron Cameron Avenue, to Leesburg Pike (Route 7) to the Dulles Toll Road (Route 267) to I-495; East: I-495; South: Arlington Boulevard (Route 50) to Lee Highway (Route 29) to Pleasant Valley Road (Route 609); West: Pleasant Valley Road to Lee Jackson Memorial Highway (Route 50) to the Fairfax County/Loudoun County borderline to the point of beginning. Minimum ABOA SF: 34,818 Maximum ABOA SF: 41,330 Approximate RSF: 40,040 - 47,530 Space Type: Office, Flex and Related Space Parking Spaces (Total): The greater of local code or 81 spaces, all of which will be secured. If structured parking is available, the Government will require an additional 18 spaces within the garage. Full Term: 20 years Firm Term: 15 years Option Term: N/A Additional Requirements: - The offered building must have the ability to accommodate ISC Level IV Security Requirements. - Offered space must have the capability of providing private restrooms within the Government-leased space. - A minimum of two (2) drive-in doors measuring at least 12’ wide by 14’ high. The configuration of these doors must allow for one-way traffic (i.e. doors must be on opposite ends of the same bay). - If structured parking is available, the Government is seeking the minimum ABOA SF above which includes approximately 1,700 ABOA SF of warehouse space. - If structured parking is not available, the Government is seeking the maximum ABOA SF above which includes approximately 7,800 ABOA SF of warehouse space. - The ceiling height of the warehouse space must be a minimum of 18’ clear. - The warehouse space must be able to accommodate indoor vehicle parking. - Approximately 1,800 ABOA SF of the non-warehouse space will be utilized as detainee holding rooms. - Offered site must provide two ingress/egress points to major thoroughfares. - Approximately 65% of the space will be considered special space. - The tenant cannot be co-located in the same offered building as DHS/ICE agencies. Subleases will not be considered. Not all minimum requirements are reflected in this advertisement. 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. Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. The General Services Administration (GSA) is using a tenant broker to represent the Government in 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 offices and employees of the GSA or their authorized representative, CBRE, Inc. Expressions of interest should include the following information at a minimum: 1. Building name, address, and age; 2. Location of space in the building and date of availability; 3. Please advise whether or not on-site structured parking exists and, if so, the structure’s maximum clearance height; 4. Rentable square feet (RSF) offered and rate per RSF; 5. ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance of $46.74/USF and a Building Specific Amortized Capital (BSAC) Allowance of $30.00/USF, meeting GSA’s standard building shell requirements; 6. Name, address, telephone number, and email address of authorized contact; 7. Scaled floor plans (as-built) identifying offered space; 8. Information on project and building ownership. Projected Dates Expressions of Interest Due: July 18, 2017, 3:00 pm Market Survey (Estimated): July 2017 Offers Due (Estimated): September 2017 Occupancy (Estimated): February 1, 2019 Send Expressions of Interest to: Name/Title: CBRE, Inc. ATTN: Richard T. Downey, Jr. Address: 750 9th Street, NW Suite 900 Washington, DC 20001 Office/Fax: (202) 783-8200/(202) 783-1723 Email Address: richard.downey@cbre.com Government Contact Lease Contracting Officer Sylva H. Nicolas Leasing Specialist Jason R. Adams Broker Richard T. Downey, Jr. CBRE, Inc.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/45dc923689ade0877cdee931a3394c3c)
- Record
- SN04566613-W 20170706/170704233128-45dc923689ade0877cdee931a3394c3c (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 |