Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOLICITATION NOTICE

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

Notice Date
9/4/2020 10:02:52 AM
 
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
8VA2799
 
Response Due
6/26/2020 1:00:00 PM
 
Archive Date
01/31/2021
 
Point of Contact
Bryant F. Porter, Phone: 2026248515, Todd Valentine, Phone: 2026248531
 
E-Mail Address
bryant.porter@gsa.gov, todd.valentine@gsa.gov
(bryant.porter@gsa.gov, todd.valentine@gsa.gov)
 
Description
General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Various Delineated Area: West: Interstate 495;�North: Interstate 66;�East: Potomac River;�South: Interstate 495. Minimum Sq. Ft. (ABOA SF):�66,290 Maximum Sq. Ft. (ABOA SF): 69,701 Space Type:�Office Parking Spaces (Total):�23 (Reserved) Parking Spaces (Surface): - Parking Spaces (Structured):�- Parking Spaces (Reserved):�23 Full Term:�15 years Firm Term:�15 years �Option Term:�5 Years Additional Requirements: Two blocks of contiguous above-grade space are required within a single building: Block A must be a minimum of 55,990 ABOA SF and Block B must be a minimum of 10,300 ABOA SF. Minimum of 15,000 ABOA SF floorplates. Public transportation, with a minimum of one bus line, must be located within 1,320 walk-able linear feet from the main entrance of the offered building. Building must have the ability to meet ISC Level III security requirements. Minimum Ceiling Height of 8�-0�. Minimum column spacing of 25� X 25� on center The Government is seeking expressions of interest from sources of office and related space for a minimum of 66,290 ANSI/BOMA Office Area (ABOA) Square Feet (SF) to a maximum of 69,701 ABOA SF. This requirement is made up of two individual blocks of space for two different user groups: Agency A requires 55,990 ABOA SF and Agency B requires 10,300 ABOA SF. The Government will enter into a separate lease for each space requirement. Each user group must be on separate, but contiguous floors OR, if sharing one floor, must have separate suite entrances. The space shall be located in a modern quality building of sound and substantial construction in good condition and acceptable to the lease contracting officer (LCO).� If not a new building, the offered space shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space in conformance with the Request for Lease Proposals (RLP)/Lease to be issued. �Action: Choose whether or not a fully serviced lease is required.� Also choose 100 year floodplain unless requirement is identified by agency as a critical action. Offered buildings must be able to meet all Government requirements contained in the RLP/Lease to be issued, including but not limited to requirements for fire-safety, amenities, sustainability, and handicapped access in accordance with ABAAS guidelines.� Offered space shall not be in the 100-year flood plain.� A variety of inexpensive or moderately priced fast-food and/or eat-in restaurants and other employee services, such as retail shops, cleaners, and banks shall be located within�the immediate vicinity of the Building, as determined by the LCO, but generally not exceeding 2,640 walk-able linear feet.� The proposed leased space shall be fully serviced.� Not all minimum requirements are stated in this advertisement. 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. Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction.� In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized representative, Savills Inc. 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 information at a minimum: 1) Building name & address; 2)Contact information and E-mail address of Lessor�s Representative;��� 3)BOMA rentable & ABOASF available; 4)Rate per ABOASF on a full service basis, inclusive of a minimum Tenant Improvement Allowance (TIA) of $100.00 per ABOA SF for Agency A and $58.95 per ABOASF for Agency B and a Building Specific Amortized Capital (BSAC) Allowance of $25.00/ABOASF, for each Agency, meeting GSA�s standard building shell requirements. 5) Maximum finished ceiling height and column spacing on offered floors; 6)Number of parking spaces available on the premises; 7)Name of ownership entity and, if applicable, parent company; 8)Scaled floor plans (as-built) identifying offered space; 9) Evidence that the offered space can be prepared with tenant improvement completion no later than April 2022. Expressions of Interest Due:�June 26, 2020 Market Survey (Estimated):�July 2020 Offers Due:�September 2020 Occupancy (Estimated):�April 2022 Send Expressions of Interest to: Name/Title:�Todd Valentine,�Senior Managing Director,�Savills Inc. Address:�1201 F Street, NW,�Suite 500,�Washington, DC 20004 Office:�202-624-8531 Email Address:�todd.valentine@gsa.gov Name/Title:�Bryant Porter,�Associate Director,�Savills, Inc. Address:�1201 F Street, NW,�Suite 500,�Washington, DC 20004 Office:�202-624-8515 Email Address:�bryant.porter@gsa.gov Government Contacts: Lease Contracting Officers:�Sean McNeal and Sylva Nicolas Lease Contracting Specialists:�Gregg Otten and Jason R. Adams Brokers:�Todd Valentine and Bryant Porter Note:�� Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f28550906494768855a4f67c7711f78/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05787930-F 20200906/200904230150 (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.