MODIFICATION
X -- US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN TAMPA, FL
- Notice Date
- 11/16/2017
- Notice Type
- Modification/Amendment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- 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
- 6FL0566
- Archive Date
- 12/29/2017
- Point of Contact
- Melissa Hein, Phone: 212-326-1064, Jason M. Lichty, Phone: 972-739-2213
- E-Mail Address
-
melissa.hein@gsa.gov, jason.lichty@gsa.gov
(melissa.hein@gsa.gov, jason.lichty@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:Florida City:Tampa Delineated Area:North: W. Sligh Avenue to East Sligh Avenue South: Selmon Express West to N 34th Street East: 34th Street to East Sligh Avenue West: West Shore Boulevard; then northwest on I-60/589/Veterans Expressway to E 580 to Benjamin Road then East onto to W. Sligh Avenue Minimum Sq. Ft. (ABOA):40,838 Maximum Sq. Ft. (ABOA):40,838 Space Type:Office Parking Spaces (Total):162 secured fenced parking spaces must be available on-site for government vehicles (structured and surface per breakdown below) Parking Spaces (Surface):74 Parking Spaces (Structured):88 Parking Spaces (Reserved): Full Term:15 Firm Term:10 Option Term: Additional Requirements:The awarded location will be occupied by a law enforcement agency with Level III security requirements as defined by the latest ISC pronouncement. Each offered location will be assessed by Agency security personnel and site specific security requirements may be developed to be included with any offer for that location. Offered space may be located on not more than two (2) contiguous floors. Ground floor or lower floors are preferred. The following special requirements will apply for this solicitation 1) If offering is a multi-floor building, a minimum of 2,500 sf ground floor space is necessary for detainee processing 2) Proposed building and site layout must have the ability to provide or construct an enclosed, secure "sally port", used for detainee transportation. Sally port must have dedicated entrance into ground floor space (mentioned in item 1), 3) If offering is a multi-tenant building, a dedicated elevator is required for agency use. 4) Space must be in contiguous layout, and on contiguous floors if offering is multi-floor 3) 4) minimum of 20' setback measured from building facade to any point of vehicular access is required and shall have the ability to secure with physical restraints such as bollards, fences, or walls. A total of one hundred and sixty (162) comprised of seventy four (74) surface and eighty-eight (88) structured secured parking spaces that must be available on-site and directly accessible to the government controlled space. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year. Agency cannot be collocated with other Federal, State, local government agencies or private firms who provide daycare services, abortion services, mental health services, drug rehabilitations services, probation services, public defender services, and/or social services. Buildings offered may be eliminated that are located within 1,000 lineal feet of schools, daycare centers, residential zoning/concentration, hotels, or areas of high civilian activity or vulnerability. Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, may be eliminated from consideration. This offered facility must be considered professional with modern construction. The site shall be easily accessible by main thoroughfare but inconspicuous or discreet to public and traffic. Preference will be given to locations that are within short driving distance to concessions and other professional business offerings. 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. Government may consider separately metered utilities. Expressions of Interest Due:Dec. 14, 2017 Market Survey (Estimated):Jan/Feb 2018 Offers Due(Estimated): March 2018 Occupancy (Estimated):TBD Expressions of interest must include the following information: 1.Building name and address and location of the available space within the building 2.Rentable square feet available, and expected rental rate per rentable square foot, fully serviced 3.ABOA square feet to be offered, and expected rental rate per ABOA square foot, fully service. 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.If known, are Building, space, and parking accessibility in compliance with ABAAS? 10.If known, are Building, space, and parking compliance with fire and life safety and seismic requirements? 11.If known, are Building, space, and parking compliance with ISC and Publication 64 security standards? Send Expressions of Interest (RLP 6FL0566) to: E. Government Contact: Lease Contracting Officer(s)Keitra Harris U.S. General Services Administration/ PBS Leasing Division 7771 West Oakland Park Blvd, Suite 119 Sunrise, FL 33351 Phone 954-233-9248 Keitra.Harris@gsa.gov Johnny Anderson U.S. General Services Administration/ PBS Leasing Division 7771 West Oakland Park Blvd, Suite 119 Sunrise, FL 33351 Johnny.Anderson@gsa.gov Brokers Contractor(s)Melissa Hein Savills Studley, Inc. 399 Park Ave, 11th Floor New York, NY 10022 mhein@savills-studley.com Direct phone: 212-326-1064 -and- Jason Lichty Savills Studley, Inc. 15303 Dallas Parkway, Suite 1200 Addison, TX 75001 jlichty@savills-studley.com Direct phone: 972-739-2213 Fax: 972-739-2216
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d26a484fa7d28e2350758c84a570c30)
- Place of Performance
- Address: Tampa, Florida, United States
- Record
- SN04742354-W 20171118/171116231110-9d26a484fa7d28e2350758c84a570c30 (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 |