Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2021 SAM #7197
SOLICITATION NOTICE

X -- US Government Seeks Office Lease in Multiple Cities and Towns in Massachusetts

Notice Date
8/13/2021 2:02:36 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
1MA2181
 
Response Due
8/27/2021 2:00:00 PM
 
Archive Date
09/11/2021
 
Point of Contact
Yolanda F. Morgan-Wells, Phone: 2678151309, Sean Lynch, Phone: 6173166488
 
E-Mail Address
yolanda.morgan-wells@gsa.gov, sean.lynch@am.jll.com
(yolanda.morgan-wells@gsa.gov, sean.lynch@am.jll.com)
 
Description
General Services Administration (GSA) seeks to lease the following space: State:��MA City:��Multiple Cities and Towns Delineated Area:��Starting at a Point of Beginning (POB) of the intersection of Route 495 and Route 24, following 24 north to intersection of Route 95, following Route 95 north to intersection of Route 93, following Route 93 north to intersection of Route 495, then following Route 495 south to Route 24, ending at the POB. (See attached map) Minimum/ Maximum��������� �Sq. Ft. (ABOA):��Minimum of 57,972 to a maximum of 60,871 contiguous Space Type:��Modern Office Parking Spaces:��23 Reserved Location of all reserved parking spaces must be acceptable to the GSA Lease Contracting Officer Full Term:��20 years Firm Term:��20 years Renewal Option:��One (1) Five-Year Renewal Total TIA per ABOA (dollars):��$110.00 Total BSAC per ABOA (dollars):��$25.00 Provide any TI Work Letter for the offered space on a per ABOA SF basis. � Additional Requirements: 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. Subleases are not allowed. Offered property/space shall not be in the 100-year flood plain unless the Government has determined there are no other practicable alternatives. This procurement will be subject to all the rules, regulations, Executive Orders, Laws, terms and conditions, requirements and specifications stated in the Request for Lease Proposal (RLP) package that will be issued for this GSA Lease procurement. The Government will consider existing buildings as well as new construction options if the offered rate is within the Competitive Range. All plans submitted for consideration must be generated by a Computer Aided Design & Drafting (CADD) program, which is compatible with Autodesk AutoCAD Architecture 2013. All drawings must follow the Agency�s written matrix (provided on request) indicating the layering standard used to ensure all information is recoverable. Floor Plans shall include a proposed corridor pattern for typical floors and/or partial floors, and the space available to this agency clearly delineated. All architectural features of the space must be accurately shown to scale in CAD Plans. Consideration will be given to size and configuration of open office space as well as the size, shape, and consistency of the column bays. Building floor plate must be a minimum of 15,000 usable square feet. Column spacing shall be a minimum of 25� on center with columns furring not exceeding 12� on any side. This does not apply to columns at the exterior walls, or to the distance between an interior support column and the building core or exterior. Column spacing must be acceptable to the Government. Minimum ceiling height 9� clear. Space must be contiguous (both horizontally and vertically). Space must be above grade. The lessor shall demonstrate that routine scheduled public transportation is available within � mile walking distance from the main building entrance of property being offered. The routine scheduled public transportation must have sufficient arrivals and departures from this maximum distance of � mile from building entrance to allow visitors and staff adequate time to arrive at the building up to one hour before EOIR operating hours begin, during the full operating hours and up to one hour after EOIR operating hours end.� If the offered property exceeds the � mile walking distance than the offeror must provide private shuttle services matching the requirements set forth above for the routine schedule, subject to LCO approval. In order to respond to the Request for Lease Proposals (RLP), the Offeror must have an active registration in the System for Award Management (SAM), via the Internet at https://beta.SAM.gov prior to the Lease Award Date. Offerors must be registered for purposes of �All Awards� (See FAR 52.232-33), including completion of all required representations and certifications within SAM. This registration service is free of charge. �It is strongly recommended that potential offerors register and/or verify/renew their registration as soon as possible.� Expressions of Interest must include the following information at a minimum: Building name and address. Location of the available space within the building and date of availability.� The building interior building layout drawings/pictures (preferably with dimensions shown) reflecting the space that is being offered. Rentable Square Feet (RSF) offered and full-service rental rate per RSF.� Indicate whether the quoted rental rate includes an amount for tenant improvements and state amount, if any. ANSI/BOMA office area (ABOA) square feet offered.� Ceiling height details throughout the offered space. Building ownership information. Name, address, telephone number, and email address of authorized representative. 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. 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: August 27, 2021 Market Survey (Estimated):��September 15, 2021 Initial Offers Due (Estimated):��October 15, 2021 Occupancy (Estimated):��2023 Send Expressions of Interest to: Name/Title:��Yolanda Morgan-Wells,�Senior Associate Email Address:��yolanda.morgan-wells@gsa.gov With a Copy to: Name/Title:��Sean Lynch,�Executive Vice President Email Address:��sean.lynch@am.jll.com �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85224a5709324e52ba2ec5a8604fb828/view)
 
Place of Performance
Address: Boston, MA 02222, USA
Zip Code: 02222
Country: USA
 
Record
SN06096718-F 20210815/210813230117 (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.