Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following space in Washington, DC: Solicitation No. 0DC2485

Notice Date
2/16/2023 9:40:28 AM
 
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
0DC2485
 
Response Due
2/21/2023 2:00:00 PM
 
Point of Contact
Brad Seifert, Phone: 2026524192, Eddie Trujillo, Phone: 2025314616
 
E-Mail Address
bradford.seifert@gsa.gov, eduardo.trujillo@gsa.gov
(bradford.seifert@gsa.gov, eduardo.trujillo@gsa.gov)
 
Description
General Services Administration (GSA) seeks to lease the following space: State: District of Columbia City: Washington Delineated Area: Washington, DC Minimum Sq. Ft. (ABOA): 17,500� Maximum Sq. Ft. (ABOA): 17,500 Space Type: Warehouse & related space. Parking Spaces (Total): 0 Parking Spaces (Reserved): 0 Full Term: 15 Years Firm Term: 15 Years Option Term: N/A Additional Requirements: Above ground, contiguous space is required. Ceiling height of 8�-0� clear height for office and 18�0� clear height for warehouse is required. For effective space utilization, a minimum of 18�0� between structural elements is preferred but not required. Approximately 2,160 ABOA SF of office space, 15,340 ABOA SF of warehouse space is required. Offered building must have two (2) drive-in loading docks 13� 10� height and 21� width or other loading areas that meet agency requirements.� The loading area at all loading docks must be paved or concrete and able to accommodate turning radius for tow or flatbed trucks to bring damaged vehicles into premises.� The Contracting Officer may require that the offeror demonstrate ability for trucks to successfully maneuver the loading area through a truck turning radius diagram on a site plan. Space must be able to accommodate a telecommunications room/main distribution room (TR/MDF) that can service the entire suite.�� 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 0.2-percent-annual chance floodplain (formerly referred to as �500-Year� floodplain). 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. ************************************************************************************************ The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC, that will be expiring.� The Government is considering alternative space if economically advantageous.� 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 non-productive agency downtime. This procurement will be subject to all the rules, regulations, conditions, and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this advertisement. At this time, the Government is only considering existing buildings.� New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than February 21, 2023, by 5:00 PM Eastern Time, and should include the following information at a minimum: ?������� Building name, age, and address? ?������� Location of space in the building and date of availability? ?������� 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);� ?������� Date the building will be ready to begin constructing tenant improvements; ?������� Scaled floor plans (as-built) identifying offered space? ?������� Estimated rental rate per rentable square foot (RSF), for non-incumbent buildings include a tenant improvement allowance (TIA) of $49.13/USF (for office area only), and a BSAC allowance of $12.00/USF; ?������� A description of additional tenant concessions offered, if any; ?������� Information on building ownership; and ?������� Name, address, telephone number, and email address of authorized contact. 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. Expressions of Interest Due: February 21, 2023 Market Survey (Estimated): March 2023 Occupancy (Estimated): July 22, 2023 Send Expressions of Interest to: Name: Brad Seifert Address: 2445 M Street NW,�Suite 510, Washington, DC 20037 Office: (202) 652-4192 Email Address: Bradford.Seifert@gsa.gov And to: Name: Eddie Trujillo Address: 2445 M Street NW,�Suite 510,�Washington, DC 20037 Office: (202) 531-4616 Email Address: Eduardo.Trujillo@gsa.gov Government Contact Information Lease Contracting Officer:�Jim Phelan Leasing Specialist:�Cheremie Frisby-Spencer Broker: Public Properties
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6582ce52e70841ed9711645e162155bf/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06593756-F 20230218/230216230114 (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.