SOLICITATION NOTICE
X -- GSA Seeks to Lease Minimum 7,323 ABOA SF Office Space in Waterbury, CT
- Notice Date
- 7/19/2021 8:14:38 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R1 OFFICE OF LEASING BOSTON MA 02222 USA
- ZIP Code
- 02222
- Solicitation Number
- 9CT2076
- Response Due
- 8/4/2021 8:59:00 PM
- Archive Date
- 08/05/2021
- Point of Contact
- Alisha Wofford, Phone: 6173068195, Lori Melchin, Phone: 6175655711
- E-Mail Address
-
alisha.wofford@gsa.gov, lori.melchin@gsa.gov
(alisha.wofford@gsa.gov, lori.melchin@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space: State: Connecticut City: Waterbury Delineated Area: Within the Central Business District Minimum Sq. Ft. (ABOA): 6,956 Maximum Sq. Ft. (ABOA): 7,156 Space Type: Office The Government requires the number of parking spaces reserved for the exclusive use of the Government as follows: �- Zero (0) structured/inside parking spaces �- Zero (0) surface/outside parking spaces� If applicable, these spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease.� Offeror shall include the cost of this parking as part of the rental consideration. Full Term: 10 Years Firm Term: 5 Years Option Term: None The Agency Special Requirements are the following: Site access shall be via a direct route from a primary or secondary street. Traffic control devices and pedestrian crosswalks are required within two blocks. Sidewalks and pedestrian walkways shall be present along roadways and access roads. Public transportation route stops shall be located within .25 miles of the offered location. The public transportation must service this location on an hourly basis (minimum) from 8:00 a.m. to 3:00 p.m., except Saturdays, Sundays, and federal holidays. Public parking to accommodate 35 vehicles shall be available on site or within .25 miles of the offered space. Restricted or metered parking of one hour or less within .25 miles of the space does not meet parking requirements. There shall be no history of prior heavy industrial use, such as dry-cleaning operations, gas stations, rail yards, or machinery maintenance yards. The site shall not be located within .25 miles of active railroad tracks, airports, or heavily congested highways. There shall be adequate eating facilities located within .5 miles. Other employee services, such as retail shops, cleaners, banks, etc., shall be located within 2 miles. Mixed use sites with residential or living quarters located within the building are not acceptable. Sites located immediately adjacent to establishments whose primary operation is the sale of alcoholic beverages, marijuana dispensaries, firearms sold/discharged, drug treatment, or detention facilities are not acceptable. There shall be no portion of the offered space located below grade. Offered space located above street level are required to have a minimum of two accessible elevators. One of the accessible elevators may be a freight elevator. Elevators shall not discharge directly into SSA space. The offered space is required to be single floor contiguous space. The space is required to be level and shall not utilize interior ramps to resolve changes in grade. The space may not be more than twice as long as it is wide. The space must be conducive to SSA�s business operation design. Space elements such as quantity and size of columns, load bearing walls, irregular shape, etc., may not impede an efficient space layout, the use of modular furniture, or office workflows. SSA shall prepare a test fit to confirm the acceptability of the space. Ceilings shall be 9� to 12� as measured from floor to the lowest obstruction. Sufficient space shall exist between the drop ceiling and the deck of the floor above to allow for lighting, HVAC equipment, fire suppression piping, etc. The site shall have two lines of windows for natural lighting. 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. Occupany (Estimated): June 1, 2023 Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register. �Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website. Solicitation (RLP) Number: 9CT2076 Government Contact Information (Not for Offer Submission): Lease Contracting Officer: 617-645-9498, Lori.Melchin@gsa.gov Leasing Specialist: 617-306-8195, Alisha.Wofford@gsa.gov 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/c822c5f5093c4ac889855c27bb07b15c/view)
- Place of Performance
- Address: Waterbury, CT, USA
- Country: USA
- Country: USA
- Record
- SN06065631-F 20210721/210719230112 (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 |