Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

Y -- NEW LEASE CONSTRUCTION, CARLOS CHARDON AVE., HATO REY, PR 00918

Notice Date
January 11, 2001
Contracting Office
General Services Administration, Property Aquisition & Reality Service Division -- PBS, 26 Federal Plaza, NY ,NY 10278
ZIP Code
10278
Solicitation Number
9pr0028
Response Due
February 2, 2001
Point of Contact
Robert Lipman, Crown Partnership, as agent for U.S. GSA, 212-349-9400
E-Mail Address
click here to contact GSA agent (RL@Crownpartnership.com)
Description
UNITED STATES GOVERNMENT Seeks Sources for Leased Laboratory and Related Space Requirement: United States Government is seeking to lease a build to suit laboratory and related space consisting of approximately 22,000 square feet of rentable space. Rentable space must yield a minimum of approximately 16,600 BOMA usable square feet available for use by Tenant for personnel, furnishings, and equipment. Unique Requirements: The Government will furnish Project Program Documents for the laboratory facility. As part of the rental consideration, the successful Offeror shall provide all design and engineering services required to adapt the Government's Project Program Documents to the proposed site. The Lessor shall assume ownership of the Government's Project Program Documents at the point of lease award. LOCATION: The site must be located within either of the following boundaries of the Greater San Juan, PR Metropolitan Area Boundary 1: North: Atlantic Ocean; South:Route 2; East:Route 167; West:Route 684 Boundary 2: North: Expreso De Diego Rt.22 to El Cano de Martin Pena of Hato Rey, PR; South: Rts. 199/846/850; East: Rts. 181 to the Laguna San Jose of Rio Piedras, PR; West: East side boundary of Municipio de Bayamon, PR Sites must be of sufficient size and configuration to accommodate the Government's Project Program without modification. The Government estimates that, without on-site employee parking, a site of at least 2.5 acres is required to accommodate the Government's Project Program. The provision of on-site parking and/or the application of the site development criteria required by the Project Program Documents to the unique conditions of a specific site may result in the requirement for a larger site. The area of the site alone will not be a factor in determining its suitability. Additionally, sites must have sewer and water allocation capacity sufficient to serve 22,000 gross square feet of laboratory and office space and 20 Tenant Agency employees and meet all applicable Federal, state, and local requirements. Offered sites must be adequately zoned and/or master planned to accommodate the requirement. The Government should not be located within a FEMA 100 year or 500 year floodplain. The site is to be located in attractive, prestigious, and professional surroundings. Streets and sidewalks must be well maintained. Existing adjacent uses must be compatible with and/or similar to an analytic laboratory. Compatible neighborhood uses include: (1) An office or light-industrial district with a prevalence of modern design and/or tasteful rehabilitation in modern use. (2) An office, research, technology, or business park that is modern in design with a campus-like atmosphere. The site must not have adjacent land uses that affect the ability of the Tenant Agency to perform its mission. Locations near Correctional Facilities, Drug Clinics, Half-way Houses, or other similar uses will not be considered for this procurement. The site must not be located within 1,000 linear feet of an existing residential neighborhood or school. The Government's Project Program requires a level building pad. Sites offered must be capable of being graded to achieve the necessary topography without delaying the project schedule. A site with a singular use frontage (adjoining public or private streets or right-of-ways) is preferred. However, street frontages may occur on a maximum of two sides of the site. The length of the boundary adjoining such streets and right-of-ways shall not exceed 50 percent of the total length of the entire site perimeter. All portions of the building footprint must be setback at least 60 feet from the adjacent property lines, assumed property lines, and right-of-way boundaries for security purposes. For purposes of determining setbacks, "assumed property lines" occur along lines placed equidistant between existing buildings (if any) on the site and the building footprint. LEASE TERM: The firm lease term will be for 18 years with two (2) five year renewal options. OCCUPANCY: Space must be ready for occupancy within 22 months after lease award. EXPRESSIONS OF INTEREST: Expressions of interest should be submitted in writing to the following address by 3:00pm February 2, 2001 and shall include the Site Name and Address and site/plot plans. Site prequalification and Information Package will be sent to interested applicants. The Information Package contains additional, detailed submittal requirements. Response to the Information Package shall be submitted by 3:00pm February 16, 2001. SUBMIT TO: Robert Lipman The Crown Partnership, Inc. As Agent for the United States General Services Administration (212-349-9400) c/o Realty Management Group, Inc. Attention: Pedro J. Fuste, CPM, Plaza Scotiabank, Suite 601, 273 Ponce de Leon Ave. San Juan, PR 00917-1923 Tel (787) 641-8001
Record
Loren Data Corp. 20010116/YSOL003.HTM (W-011 SN50A702)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com