SOLICITATION NOTICE
X -- The Government is seeking to lease office space in Newark, NJ for a minimum of 45,075 ANSI/BOMA Office Area (ABOA) to a maximum of 47,328 ABOA square feet.
- Notice Date
- 5/24/2022 1:27:57 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
- 7NJ2211-3
- Response Due
- 5/31/2022 2:00:00 PM
- Point of Contact
- Clarissa Pascascio, Phone: 3128886581
- E-Mail Address
-
clarissa.mahoney@gsa.gov
(clarissa.mahoney@gsa.gov)
- Description
- Solicitation for Offers No: GS-02P- LNJ00249 Procurement Type: Pre-solicitation Date Posted: 5/24/2022 Statement of Requirements:� The Government is seeking to lease office space in Newark, NJ for a minimum of 45,075 ANSI/BOMA Office Area (ABOA) to a maximum of 47,328 ABOA square feet. State: New Jersey City: Newark Delineated Area: Newark CBD North: Essex Fwy South: E. Kinney Street East: Passaic River to Alling Street to Edison Place to McCarter Hwy West: Washington Street to University Avenue Minimum Sq. Ft. (ABOA): 45,075 ABOA SF Maximum Sq. Ft. (ABOA): 47,328 ABOA SF Space Type: Office Space Parking Spaces (Total): None Full Term: Fifteen (15) Years Firm Term: Ten (10) Years Additional Requirements: The U.S. Government currently occupies office and related space in a building under a lease in Newark, NJ that will be expiring. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and nonproductive agency downtime. The Government will use the information it receives in response to this advertisement as a basis to develop a cost/benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In addition to the rental costs the Government will also factor in the costs of moving to a new location including, but not limited to, physical move, tenant improvements, above standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in the current lease location.� The Government is interested in considering alternative space if economically advantageous. No secure IRS business areas are to be located on the first floor of the building. Public and employee building entries should be separate. IRS shall be provided a separate entrance if main access to space involves passage through retail space or any other tenant space and IRS shall not be co-located in the same building where the residential tenancy exceeds 10% of building occupancy General office space shall have ceiling height of a minimum 8�-6� AFF; 9�0� is preferred. Ceiling Heights in the MDF, IDF or other equipment rooms shall be a minimum 8�6� clear and have sufficient space above the ceiling for independent HVAC units or ducting. Office space is preferred to be contiguous, above-ground space either adjacent or stacked within the building. Space must not be on more than two (2) floors. 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, any angles, curves or offsets that will result in an efficient use of space. The government requires a fully serviced lease. The Government shall have access to the space 24 hours a day, 7 days a week. A commuter rail, light rail or subway station shall be located within the immediate vicinity of the building, but generally not exceeding a walkable � mile, as determined by the contracting officer.� Alternatively, two or more public or campus bus lines useable by tenant occupants shall be located within the immediate vicinity of the building, but generally not exceeding a walkable � mile, as determined by the contracting officer 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. 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: May 31, 2022 Occupancy (Estimated): February 2028 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. Send Expressions of Interest to: Clarissa Pascascio GSA Broker Contractor 312-228-2509 Clarissa.Mahoney@gsa.gov�� Cc: William Korchak GSA Broker Contractor 212-812-5818 William.korchak@jll.am.com� Please reference Project Number 7NJ2211-3 for submittals sent electronically to the email address above or submittals sent in the mail to the address above. Government Contact Lease Contracting Officer Alanna Fitzpatrick Broker Contractor Clarissa Pascascio Local Markets Broker William Korchak Broker Firm JLL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/09b7584d591e45bd93018114ade69c23/view)
- Record
- SN06336593-F 20220526/220524230121 (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 |