Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following: Solicitation No. 0VA2527

Notice Date
2/23/2021 12:17:26 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
0VA2527-1
 
Response Due
2/26/2021 2:00:00 PM
 
Archive Date
03/13/2021
 
Point of Contact
Brad Seifert, Phone: 2026524192, Hunter Powell, Phone: 5043017139
 
E-Mail Address
bradford.seifert@gsa.gov, hunter.powell@gsa.gov
(bradford.seifert@gsa.gov, hunter.powell@gsa.gov)
 
Description
Advertisement ������������ GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Northern Virginia, including the counties of Arlington, Alexandria, Fairfax, and Prince William, and a portion of Loudon County. Delineated Area: Northern Virginia, including the counties of Arlington, Alexandria, Fairfax, and Prince William, and a portion of Loudon County. Minimum Sq. Ft. (ABOA): 10,415 ABOA SF Maximum Sq. Ft. (ABOA): 10,940 ABOA SF Space Type: Office and SCIF Space Parking Spaces (Total): 25 Parking Spaces (Surface/Structured): 25 Parking Spaces (Reserved): All 25 spaces shall be reserved. Full Term: 10 Years Firm Term: 10 Years Option Term: Five (5) year Renewal Option Additional Requirements: Building must be within one half (1/2) walkable mile of a Metro Station. Above ground, contiguous space, is required. Space on the second (2nd) floor or higher is preferred. Ceiling height of 8�-0� clear is required, 9�0� clear is preferred. For effective space utilization, a minimum of 30�0� between structural elements is preferred but not required. Approximately 300 SF of the space shall be able to accommodate a Sensitive Compartmented Information Facility (SCIF).� If space has an existing SCIF that may be considered advantageous. Building must be able to accommodate a UPS system to support equipment within the demised space. Offered building must have a loading dock or other loading area that meets agency requirements.� Multistory buildings must have a freight elevator. Space must be able to accommodate a telecommunications room/main distribution room (TR/MDF) that can service the entire suite. �� Offered space must meet Government requirements for fire safety, accessibility and sustainability standards per the terms of the Lease.� A fully serviced lease is required.� Offered space shall not be in the 100-year flood plain. This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. ��The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this advertisement. At this time, the Government is only considering existing buildings.� New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than February 26, 2021�by 5:00 PM Eastern Time, and should include the following information at a minimum: � Building name and address? � Location of space in the building and date of availability? � Date the building will be ready to begin constructing tenant improvements; � Scaled floor plans (as-built) identifying offered space? � Estimated rental rate per rentable square foot (RSF); � Information on building ownership; and � Name, address, telephone number, and email address of authorized contact. Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. 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 Due: February 26, 2021 Market Survey (Estimated): Late-February 2021 Occupancy (Estimated): August 1, 2021 Send Expressions of Interest to: Name/Title: Brad Seifert Address: 1010 Wisconsin Ave NW, Suite 650 Washington, DC 20007 Office:� (202) 652-4192 Email Address: Bradford.Seifert@gsa.gov And to: Name/Title: Hunter Powell Address: 1010 Wisconsin Ave NW, Suite 650 Washington, DC 20007 Office:� (202) 652-2647 Email Address: Hunter.Powell@gsa.gov Government Contact Information Lease Contracting Officer: John Mowery Leasing Specialist: Marvetta White Broker: Public Properties
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/06186fb38c5d4ecfad8086332d12c6de/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05924180-F 20210225/210223230112 (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  © 1994-2020, Loren Data Corp.