Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2021 SAM #7124
SOLICITATION NOTICE

X -- The Government is seeking to lease office and related space in Racine, WI for a minimum of 9,382 ANSI/BOMA Office Area (ABOA) and maximum of 10,320 ABOA

Notice Date
6/1/2021 1:27:37 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
0WI2193
 
Response Due
6/28/2021 1:00:00 PM
 
Archive Date
07/13/2021
 
Point of Contact
Kasey Hughes, Phone: (202) 719-6279, Matt Hunter, Phone: (414) 944-2115
 
E-Mail Address
kasey.hughes@gsa.gov, matt.hunter@am.jll.com
(kasey.hughes@gsa.gov, matt.hunter@am.jll.com)
 
Description
Advertisement GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:�� �Racine City:�� �Wisconsin Delineated Area:�� �The City Limits of Racine, Wisconsin Minimum Sq. Ft. (ABOA):�� �9,382 Maximum Sq. Ft. (ABOA):�� �10,320 Space Type:�� �Office and related space Parking:�� �The offered building must provide onsite parking spaces as required by the applicable code of the local government entity having jurisdiction over the Property. �In addition, allowable street parking, or commercially available parking options must be located within a safe � mile walking distance from the offered building. Full Term:�� �15 Years Firm Term:�� �10 Years Option Term:�� �None 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 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. 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 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). An offeror must be registered and active in the System for Award Management (SAM) to respond to a request for lease proposal (RLP). �SAM registration is not required prior to responding to this advertisement but is required at the time of initial offer submission which will be established at issuance of the RLP. Offerors without an active SAM registration at the time of initial offer submission established by the RLP cannot be considered for the procurement. �It is recommended that potential offerors register or verify their current registration is active at beta.SAM.gov. � Offered space must meet Government requirements for fire safety, accessibility, seismic, 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. 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. 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. Subleases will not be considered. Expressions of Interest must be received in writing no later than June 28, 2021 by 4:00 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 � Rentable Square Feet (RSF) offered and full-service rental rate per RSF � ANSI/BOMA office area (ABOA) square feet offered and full-service rental rate per ABOA SF � Floor plans (as-built) identifying offered space � Identification of public transit routes/stops near the property offered � 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 and amenities provided � 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. Projected Dates: Expressions of Interest Due:�� �June 28, 2021 Market Survey (Estimated):�� �August 2021 Occupancy (Estimated):�� �December 2024 Send Expressions of Interest to: Name/Title:�� �Kasey Hughes Senior Associate, JLL Public Institutions Office Address:�� �2020 K Street NW, Suite 1100 Washington, DC 20006 Office Number: �� �202-719-6279 Email Address:�� �kasey.hughes@gsa.gov� with copy to:�matt.hunter@am.jll.com;�elysa.schreiner@am.jll.com Please reference Project Number 0WI2193 for submittals sent electronically to the e-mail addresses above or submittals sent in the mail to the address above. Government Contact Information: Lease Contracting Officer�� �David Rauen Broker Contractor�� �Kasey Hughes Local Markets Brokers�� �Matt Hunter / Elysa Schreiner Broker Firm�� �JLL
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54f65c7f805c45e3b44bc794b822041d/view)
 
Place of Performance
Address: Racine, WI, USA
Country: USA
 
Record
SN06017774-F 20210603/210601230115 (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.