Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

X -- The Government is seeking to lease office and related space in Dayton, OH for a minimum of 5,451 ANSI/BOMA Office Area (ABOA) to a maximum of 5,724 ABOA square feet.

Notice Date
7/20/2020 2:35:26 PM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
5OH0210a
 
Response Due
8/10/2020 2:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Aly Brooks, Phone: 3122282056
 
E-Mail Address
alyssa.brooks@gsa.gov
(alyssa.brooks@gsa.gov)
 
Description
� GSA Public Buildings Service Solicitation for Offers No: 5OH0210 Statement of Requirements:� The Government is seeking to lease office and related space in Dayton, OH for a minimum of 5,451 ANSI/BOMA Office Area (ABOA) to a maximum of 5,724 ABOA square feet. State: Ohio City: Dayton Delineated Area: North: East Westbrook Road East: Basore Road, east on Shiloh Springs Road, south of Wolf Road, West on Turner Road, South on Denlinger Road, West on Free Pike, South on Route 49 South: Hoover Avenue, north on Union Road, West on Little Richmond Road West: North on Diamond Road, West on Little Richmond Road, North on Clayton Road, East on Amity Road, North on Diamond Mill Road, northwest on S Wolf Creek Pike, North on Heckathorn Road Minimum Sq. Ft. (ABOA): 5,451 Maximum Sq. Ft. (ABOA): 5,724 Space Type: Office Parking Spaces (Total): 0 Parking Spaces (Reserved and Secured): 0 Full Term: 15 years Firm Term: 10 years Additional Requirements: Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks or power transmission lines. Space will not be considered where any living quarters are located within the building. Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative. Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities. Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less. Subleases are not acceptable. Office space must be contiguous, on one floor. Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space. The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Columns must be at least 20 feet apart (center to center) and 20 feet from any interior wall. The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 5:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). Expressions of Interest should include the following: Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered. Identification of public transit routes/stops near the property offered. Rentable square feet available, and expected rental rate per rentable square foot, fully serviced. ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced.� Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any. Date of space availability. Building ownership information. Amount of parking available on-site and its cost.� Include whether expected rental rate includes the cost of the required Government parking (if any). Energy efficiency and renewable energy features existing within the building. List of building services provided. Projected Dates. Expressions of Interest Due: 8/10/2020 Occupancy (Estimated): August, 2022 Government Contact. In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative. Submit Expressions of Interest to: Aly Brooks Alyssa.brooks@gsa.gov Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register.� Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/985c35099d9d4fa78f425ab24debdbe4/view)
 
Place of Performance
Address: Dayton, OH, USA
Country: USA
 
Record
SN05726262-F 20200722/200720230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.