Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

X -- US Government Seeks To Lease Office Space In Newark-New York Metro Area - Delineated Area map

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
4NJ0177
 
Archive Date
9/19/2017
 
Point of Contact
Craig Wainner, Phone: 2027195844
 
E-Mail Address
craig.wainner@gsa.gov
(craig.wainner@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Map of the Delineated Area under consideration for this solicitation. U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: NJ & NY City: Newark & Manhattan Delineated Area: North: Rt. 46, Main Ave., Gregory Ave., Main Ave., Paterson Ave., Hoboken Rd., Paterson Plank Rd., Washington Ave., Rt. 3, Mill Creek Dr., Park Plaza Dr., Rt. 3, Rt. 495, Lincoln tunnel, Hudson River Greenway, W 58th St., 8th Ave., Central Park S East: 5th Ave., Washington Square S, LaGuardia Place, W Broadway, Canal St., NJ-NY State Line South: Communipaw Ave., John F. Kennedy Blvd. W, Tonnelle Ave., Newark Ave., Newark Turnpike, Harrison Ave., Frank E. Rodgers Blvd. S, Jackson St., Lafayette St., William St., Dr. Martin Luther King Jr. Blvd., Bloomfield Ave. West: Upper Mountain Ave., County Rd. 631, Notch Rd. (See attached map.) Minimum Sq. Ft. (ABOA): 58,126 Maximum Sq. Ft. (ABOA): 61,032 Space Type: Office Parking Spaces (Total): 5 Parking Spaces (Reserved): 5 Full Term: 15 years Firm Term: 10 years Additional Requirements: · The prospective building should be Class "A" office space within a professional office area, with appropriate amenities suitable for such space as determined by the Lease Contracting Officer (LCO) · Separate employee and visitor entrances to the space, with Government-provided security screening for visitors · Access to rapid/mass transit within one (1) walkable ½-mile; or, access to two distinct bus lines with regular, frequent service throughout the day within one (1) walkable ¼-mile · 283 commercially available parking spaces located within one (1) walkable ¼-mile · Contiguous space on up to three (3) floors will be considered · If space is offered on the second floor or higher, the building must have a minimum of two (2) elevators available for public use · Building must have a loading area with an overhead door or double doors, accessible to tenants · Offered space must be in a building that has earned the Energy Star rating in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception · Offered space must be capable of obtaining LEED ID+C certification · Business Hours 6:00 AM to 6:00 PM Offered space must meet Government requirements for fire safety, accessibility 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. This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. Use this language when only considering existing buildings. Note that, in the event an offer submits a site for construction and it is determined to be a strong option for the Government, if this language is included in the original ad a second ad must be posted in order to accept the site for consideration. Only use this language in the anticipation of remaining in place, or when time is of the essence such that would prevent the time frames required by new construction options. At this time, the Government is giving priority consideration to existing buildings, and will not consider new construction options. In the event that no existing buildings can satisfy this requirement, the Government may consider new construction options at the Government’s sole discretion. Expressions of Interest must be received in writing no later than September 4, 2017 by 4:30 PM Eastern Time, and should include the following information at a minimum: • Building name and address; • Location of space in the building and date of availability; • Rentable Square Feet (RSF) offered and full service rental rate per RSF; • ANSI/BOMA office area (ABOA) square feet offered and full service rental rate per ABOA SF; • Number of parking spaces available on-site and cost • Building services and amenities provided • Floor plans (as-built) identifying offered space; • Name, address, telephone number, and email address of authorized contact. 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. Projected Dates Expressions of Interest Due: 9/4/2017 Market Survey (Estimated): Week of 9/18/2017 Offers Due (Estimated): Week of 10/23/2017 Occupancy (Estimated): Q2 2019 Send Expressions of Interest to: Name/Title: Craig Wainner Broker Contractor Address: 1801 K Street NW, Suite 1000 Washington, DC 20006 Office Number: (202) 719-5844 Email Address: craig.wainner@gsa.gov Please reference Project Number 4NJ0177 for submittals sent electronically to the e-mail address above or submittals sent in the mail to the address above. Government Contact Lease Contracting Officer Tim Wells Broker Project Lead Craig Wainner Local Markets Broker Bill Korchak Broker Firm JLL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6675059578ea79ff39da041337f698bb)
 
Place of Performance
Address: Newark-New York Metro Area, Newark, New Jersey, United States
 
Record
SN04624141-W 20170813/170811231333-6675059578ea79ff39da041337f698bb (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  © 1994-2020, Loren Data Corp.