Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOLICITATION NOTICE

X -- The U.S. General Services Administration seeks to lease the following space in Washington, DC

Notice Date
5/8/2024 11:35:46 AM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R00 CENTER FOR BROKER SERVICES WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
1DC2384
 
Response Due
5/22/2024 1:00:00 PM
 
Archive Date
06/06/2024
 
Point of Contact
Emmett Miller, Phone: 2026248517, Timothy M. Mazzucca, Phone: 2026248547
 
E-Mail Address
emmett.miller@gsa.gov, timothy.mazzucca@gsa.gov
(emmett.miller@gsa.gov, timothy.mazzucca@gsa.gov)
 
Description
GSA Public Buildings Service U.S. GOVERNMENT Solicitation Number: 1DC2384 The U.S. General Services Administration seeks to lease the following space: State:�District of Columbia City: Washington Delineated Area:�See attached Minimum Sq. Ft. (ABOA):�74,075 ABOA SF Maximum Sq. Ft. (ABOA):�78,648 ABOA SF Space Type:�Office Parking Spaces (Total):�1 On Site Parking Spaces (Unreserved):�Per local code, but no less than 1 space per 1,500 RSF Parking Spaces (Reserved):�1 reserved space, to be priced in the rent Full Term:�15 years Firm Term:�15 years Option Term:�NA Additional Requirements: A Metrorail Station must be located within 2,640 walk-able linear feet (WLF) from the main entrance of the offered building. Offered building must have the ability to meet ISC Level III security requirements. Offered base building must provide: Minimum finished ceiling height of 8�6� throughout; Minimum column spacing of 25� by 25� or equivalent; Access to a weather-protected loading dock able to accommodate one standard delivery truck; Ability to install one 33-inch wide antenna on the building roof and connections from the antenna to the leased space along a direct vertical pathway; and Offered space must be contiguous. Offered buildings must be able to meet Federal Government and District of Columbia jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the RLP and Lease.� A fully serviced lease is required.� Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as �100-year� floodplain).� The RLP and Lease will be subject to the Prospectus threshold set forth in 40 USC � 3307.� The Government will award a Lease pursuant to the RLP only if the offered rental rate does not exceed the then current rent threshold.� Not all minimum requirements are stated in this advertisement. 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. Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.� In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. Expressions of Interest must include the following: 1) � Building name & address; 2) � Contact information and e-mail address of Offeror�s Representative; 3) � ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);����� 4) � Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a GSA warm lit shell, a tenant improvement allowance (TIA) of $58.96/ABOA SF, and a BSAC allowance of $25.00 per ABOA SF; 5)�� A description of additional tenant concessions offered, if any; 6)�� Date building will be ready for commencement of tenant improvements; 7) � Evidence that the offered space will meet the other specific requirements identified herein; and 8)�� Offeror�s name and address, and a written statement from Offeror identifying Offeror�s representative and granting authority to provide information on the property. Expressions of Interest Due:�May 22, 2024 Market Survey (Estimated):�June 2024 Initial Offers Due (Estimated):�July 2024 Occupancy (Estimated): September 2026 Send Expressions of Interest to: Name/Title:�Tim Mazzucca, Managing Director Address:�Savills Inc.,�1201 F St. NW, Suite 500,�Washington, DC 20004 Office/Fax: 202-624-8547 Email Address:�timothy.mazzucca@gsa.gov Name/Title:�Julie Rayfield, Vice Chairman Address:�Savills Inc.,�1201 F St. NW, Suite 500,�Washington, DC 20004 Office/Fax: 202-624-8532 Email Address:�julie.rayfield@gsa.gov Name/Title: Emmett Miller, Vice Chairman Address: Savills Inc.,�1201 F St. NW, Suite 500,�Washington, DC 20004 Office/Fax: 202-624-8517 Email Address:�emmett.miller@gsa.gov Government Contact Information Lease Contracting Officer:�Kevin M. Terry Leasing Contracting Specialist:�Kyle Brock Brokers:�Emmett Miller, Julie Rayfield, and Tim Mazzucca
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85e8c189f9dd43d4ac0719b2fb66a0f1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07057007-F 20240510/240508230045 (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.