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 -- The Government is seeking to lease office and related space in Clawson, MI for a minimum of 7,529 ANSI/BOMA Office Area (ABOA) to a maximum of 7,905 ABOA square feet.

Notice Date
2/23/2021 11:05:40 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
9MI2410
 
Response Due
3/15/2021 2:00:00 PM
 
Archive Date
03/30/2021
 
Point of Contact
Clarissa Mahoney-Pascascio, Phone: 3122282509
 
E-Mail Address
clarissa.mahoney@gsa.gov
(clarissa.mahoney@gsa.gov)
 
Description
Solicitation for Offers No: GS-05P-LMI00671 Procurement Type: Pre-solicitation Date Posted: 2/23/2021 Statement of Requirements:� The Government is seeking to lease office and related space in Clawson, MI for a minimum of 7,529 ANSI/BOMA Office Area (ABOA) to a maximum of 7,905 ABOA square feet. City, State: Clawson, MI Delineated Area: North boundary: E. Wattles Rd. East boundary: Dequindre Rd. South boundary: 8 Mile Rd. West boundary: Greenfield Rd. Minimum Sq. Ft. (ABOA): 7,529 Maximum Sq. Ft. (ABOA): 7,905 Space Type: Office and Related Space Parking Spaces (Surface/Structured): Local Code� Full Term: 15 years Firm Term: 10 years Option Term:�N/A 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 preferably 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. Employee and visitor entrances of the Building must be connected to public sidewalks or street by continuous, accessible sidewalks. Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less. Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the building. The parking-to-square-foot ratio available on?site shall at least meet current local code requirements. Restricted or metered parking of two hours or less within the two block area of the space does not meet parking requirements.� 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 size cannot exceed two (2�) feet square and space between columns and/or walls cannot be less than twenty (20�) feet The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. If space offered is above ground level, at least two (2) accessible elevators will be required. 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. 6 a.m. to 6:00 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: March 15, 2021 Occupancy (Estimated): May 2023 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: Clarissa Mahoney-Pascascio Jones Lang LaSalle 200 E. Randolph Street, 44th Floor Chicago, IL 60601 (312) 228-2509 Clarissa.Mahoney@gsa.gov� CC: Marlee Delaney and Jennifer Lech Marlee.Delaney@am.jll.com Jennifer.Lech@am.jll.com
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c4e41059027424c942089d36f432550/view)
 
Record
SN05924184-F 20210225/210223230113 (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.