Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
SOLICITATION NOTICE

X -- GSA Seeks 22,050-23,050 ABOA SF of Space in Laramie, WY - Delineated Area

Notice Date
10/24/2018
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region Acquisition Division (47PJ00), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
8WY2081-1
 
Archive Date
11/9/2018
 
Point of Contact
Angela J. Napier, Phone: 7203641301
 
E-Mail Address
angela.napier@gsa.gov
(angela.napier@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Delineated Area Map State:WY City:Laramie Delineated Area:Within city limits of Laramie, WY Minimum Sq. Ft. (ABOA):22,050 Maximum Sq. Ft. (ABOA):23,050 Space Type:Office (12,257 USF ABOA), Warehouse (10,753 USF ABOA), Wareyard (Approximately 36,000 USF ABOA) Parking Spaces (Total):118 Parking Spaces (Surface):Must be able to accommodate 118 parking spaces: 115 employee/visitor parking spaces and 3 RV/trailer parking spaces Parking Spaces (Structured):0 Parking Spaces (Reserved):0 Full Term:20 years Firm Term:10 years Soft Term:0 Option 1 Term:0 Option 2 Term:0 Additional Requirements:Delineated Area map attached Expressions of Interest Due:11/08/2018 Market Survey (Estimated):11/19/2018 Occupancy (Estimated):10/1/2020 Send Expressions of Interest to: Name/Title:Angi Napier Leasing Specialist Office: (303) 594-8894 Email Address:angela.napier@gsa.gov A.Statement of Requirements 1. The initial tenant for this acquisition will be the Department of Agriculture, U.S. Forest Service (USFS). 2. USFS provides a variety of public services so space and site must be located on or near a main thoroughfare so that it will be easily visible for public access. 3. Secure Ware Yard (Approximately 36,000 sf) - asphalt surface and gravel sections to be determined during design phase, but be large enough to include the following requirements: a. Secure area shall be surrounded by 6' tall chain link b. Provide and install two 16' rolling gates activated by key card that will automatically close. c. Provide and install a 4' wide personnel swinging gate activated key card d. 70 spaces for Government vehicles (21,000 sf) asphalt surface e. 10 large trailer parking spaces (9,000 sf) asphalt surface f. 6 heavy equipment spaces (3,600 sf) must be located on gravel. tractor trailer accessible g. Snowmobile/ATV storage (1,000 sf) asphalt h. Miscellaneous storage space (1,000 sf) gravel surface i. Provide and install security lighting. j. Accommodate tractor trailer turnaround or pull through k. Flammable Storage Sheds: Provide a concrete or asphalt pad at least 25' x 25' to accommodate at least two skid type flammable storage sheds. 4. A fully serviced lease is required. 5. Offered space shall meet all Government requirements including, but not limited to, Fire & Life Safety, ABBAS, seismic, and sustainability standards per the terms of the Lease. 6. Offered space shall not be located within a 100/500 year flood plain. 7. Offered space shall be within boundaries identified above and on the attached map. Properties with frontage directly upon the stated boundaries shall also be considered. 8. In compliance with the National Historic Preservation Act and E.O. 13006, when operationally appropriate and economically prudent, the Government will consider historic buildings and sites within historic districts. Demolition of historic buildings in anticipation of Government use may disqualify an Offeror from consideration. Additional information is available by visiting www.gsa.gov/historicpreservation. 9. This lease was previously delegated and will be considered new to the GSA inventory. B. Expressions of Interest 1.As necessary, GSA shall contact any respondent directly for additional information or clarifications. 2. It is suggested a single POC for the offering entity be identified and designated to receive, distribute, and reply to all future correspondence with GSA. 3. Email responses are preferred. 4. All responses must include: Offering entity's name Entity contact information (phone, email, physical address) Authorized POC's name POC's contact information (phone, email, physical address) Representation authority from offering entity, if necessary Name and address of offered location Photos, if available; marketing material is also acceptable Location of property within the delineated area Approximate ABOA square footage available Location of space within the building Historic designation, if applicable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PT/8WY2081-1/listing.html)
 
Record
SN05133679-W 20181026/181024230734-1a4cb32120185086478c4db9b063c5bd (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.