Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOLICITATION NOTICE

X -- U.S. General Services Administration (GSA) seeks to lease the following space:

Notice Date
7/26/2018
 
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
6MD0200
 
Archive Date
10/31/2019
 
Point of Contact
Todd C Valentine, Phone: 202-624-8531, Mett Miller, Phone: 202-624-8517
 
E-Mail Address
todd.valentine@gsa.gov, emmett.miller@gsa.gov
(todd.valentine@gsa.gov, emmett.miller@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
State: Maryland City: Various Delineated Area: North: Riverdale Rd./MD 450; West: Baltimore-Washington Parkway; South: MD 202; East: I-495 Minimum Sq. Ft. (ABOA): 252,687 Maximum Sq. Ft. (RSF): 266,000 Space Type: Warehouse/Office Parking Spaces (Total): 10 Parking Spaces (Unreserved): Per local code Parking Spaces (Reserved): 10 Full Term: 20 years Firm Term: Up to 20 years, with options Option Term: N/A Additional Requirements: · Compliance with ISC Level IV security parameters; · A minimum clear ceiling height of 30 feet within the warehouse space; The Government currently occupies 266,000 RSF of space, of which approximately 86,000 RSF is office and related space, and approximately 180,000 RSF is warehouse and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and local jurisdiction requirements including, but not limited to, fire and life safety, accessibility, seismic, energy and sustainability standards per the terms of the Lease. Offered space shall not be in the 100 year flood plain The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure. The Government’s decision regarding whether or not to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements. Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. Expressions of Interest should include the following: 1) Building name & address; 2) Contact information and e-mail address of Lessor’s Representative; 3) ABOA and rentable square feet of available office and warehouse space; 4) Floorplans of the available space (if available); 5) Number of parking spaces available on-site, and a site plan showing the parking (if available); 6) Asking rental rate per ABOA and rentable square foot (Full Service), inclusive of a standard GSA warm lit shell within the office space, and a tenant improvement allowance of $19.43/ABOA SF for the entirety of the offered space; 7) A description of additional tenant concessions offered, if any; and 8) Date building will be ready for commencement of tenant improvements. Expressions of Interest Due: August 9, 2018, no later than 4:30 PM EST Market Survey (Estimated): August 2018 Initial Offers Due (Estimated): November 2018 Occupancy (Estimated): October 1, 2019 Send Expressions of Interest to: Name/Title: Todd Valentine Corporate Managing Director Savills Studley, Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8531 Email Address: todd.valentine@gsa.gov Name/Title: Emmett Miller Executive Managing Director Savills Studley, Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8517 Email Address: emmett.miller@gsa.gov Government Contact Lease Contracting Officer: Kevin Morrison Broker: Todd Valentine & Emmett Miller
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b30461c2de65d7f5c8b34ecea4bc361f)
 
Place of Performance
Address: Hyattsville, Maryland, 20785, United States
Zip Code: 20785
 
Record
SN05008718-W 20180728/180726231151-b30461c2de65d7f5c8b34ecea4bc361f (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.