Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2021 SAM #7022
SOLICITATION NOTICE

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

Notice Date
2/17/2021 11:21:52 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
8VA2669
 
Response Due
2/25/2021 1:00:00 PM
 
Archive Date
03/12/2021
 
Point of Contact
Bryant Porter, Phone: 2026248515, Timothy M. Mazzucca, Phone: 2026248547
 
E-Mail Address
bryant.porter@gsa.gov, timothy.mazzucca@gsa.gov
(bryant.porter@gsa.gov, timothy.mazzucca@gsa.gov)
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Various Delineated Area:�North: Starting at the intersection of North Glebe Road (Virginia State Route 120) and Interstate 66, east on I-66 to Lee Highway (U.S. Route 29); north on Lee Highway to Spout Run Parkway (State Route 124), north on Spout Run Parkway to George Washington Memorial Parkway; East: South on George Washington Memorial Parkway to Entrance Road, south on Entrance Road to Abingdon Drive, west on Airport Access Road to Richmond Highway (U.S. Route 1); South: South on Richmond Highway to South Glebe Road (State Route 120), west on South Glebe Road to I-395; West: North on I-395 to Washington Boulevard (State Route 27), north on Washington Boulevard to Arlington Boulevard (U.S. Route 50), west on Arlington Boulevard to North Glebe Road, north on North Glebe Road to point of beginning. Minimum Sq. Ft. (ABOA): 45,259 Maximum Sq. Ft. (ABOA): 46,390 Space Type: Office Parking Spaces (Total): On-site parking per local code Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Firm Term: 10 years Option Term: 5�years Additional Requirements: Offered space must be capable of meeting ISC Level 3 Security Requirements, as determined by the Government in its sole discretion. A Metrorail Station must be located within 2,640 walk-able linear feet (WLF) from the main entrance of the offered building. All offered space must be above grade and located on no more than 3 floors. The Government currently occupies office and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease.� The proposed leased space shall be fully serviced.� Offered space shall not be in the 100-year flood plain. �Offerors shall be responsible for providing a standard GSA warm lit shell.� Not all minimum requirements are stated in this advertisement. 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, and non-productive agency downtime.� The Government�s decision regarding whether 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. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR)).� For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. 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 available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);����� 4) � Asking full service rental rate per ABOA and rentable square foot, and inclusive of a standard GSA warm lit shell, a tenant improvement allowance (TIA) of $58.96/ABOA SF, and a BSAC allowance of $25.00/ABOA SF; 5)�� Asking full service rental rate per ABOA and rentable square foot for the 5-year Renewal Option; 6)�� Operating Costs per ABOA and rentable square foot included in the full service rates required in line items 4 and 5 above; 7)�� A description of additional tenant concessions offered, if any; 8)�� Date building will be ready for commencement of tenant improvements; and 9) � Evidence that the offered space will meet the other specific requirements identified herein. Expressions of Interest Due:�February 25, 2021, no later than 4:00 PM EST Market Survey (Estimated): March 2021 Initial Offers Due (Estimated): April�2021 Occupancy (Estimated): September 2022 Send Expressions of Interest to: 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 Name/Title:�Tim Mazzucca,�Assistant Director,�Savills Inc. Address:�1201 F Street, NW, Suite 500,�Washington, DC 20004 Office: 202-624-8547 Email Address: timothy.mazzucca@gsa.gov Government Contacts Lease Contracting Officer: Thomas Malone Leasing Specialist: Michael Gerrior Brokers: Bryant Porter and Tim Mazzucca
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24a7881fc48744b3bc28189a0e6cc6a1/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05918852-F 20210219/210217230108 (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.