SOLICITATION NOTICE
X -- Intent to Add Unevaluated Renewal for Office and Related Space in St Paul, MN
- Notice Date
- 2/3/2025 11:43:23 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R5 OFFICE OF LEASING CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 3MN0203
- Response Due
- 3/4/2025 3:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Kovas I. Palubinskas
- E-Mail Address
-
kovas.palubinskas@gsa.gov
(kovas.palubinskas@gsa.gov)
- Description
- The Government intends to add an unevaluated renewal option for a lease in St Paul, MN for 21206 ABOA square feet. City, State: St Paul, MN Delineated Area - Within the following boundaries: N: Fort Rd S: Kellogg Blvd E: Wacouta St W: St Peter St High Traffic Agency, Requires Public Parking within 2 walkable blocks of building Minimum Sq. Ft. (ABOA): 21,206 Maximum Sq. Ft. (ABOA): 22,266 Space Type: Office and Related Space, Interview Stations, Waiting Area, Public Restrooms Parking Spaces (Total): Fifteen (15) Parking Spaces (Surface): Fifteen (15) Parking Spaces (Structured): Zero (0) Parking Spaces (Reserved): Zero (0) Full Term: 5 years Firm Term: 3 years Option Term: N/A Additional Requirements: � Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. � Space shall be located in a professional office setting and preferably not within close proximity to residential areas, railroad tracks or power transmission lines. � Space will not be considered where any living quarters are located within the building. � Space shall not be located within the [1-percent-annual chance/0.2-percent-annual chance] floodplain (formerly referred to as [�100-year�/�500-Year�] floodplain) or wetlands unless the Government has determined it to be the only practicable alternative. � Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities. � Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less. � Subleases are not acceptable. � Office space must be contiguous, on one floor. � 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, and angles, curves or offsets that will result in an inefficient use of space. � The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. � Columns size cannot exceed two (2�) feet square and space between columns and/or walls cannot be less than twenty (20�) feet. � Ceilings shall be at a minimum 9 feet and 0 inches and no more than 12 feet and 0 inches measured from floor to the lowest obstruction. � The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. � If space offered is above ground level, at least two (2) accessible elevators will be required. � The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. � The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 5:30 p.m. (excluding Saturdays, Sundays and Federal Holidays). 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 [1-percent-annual chance/0.2-percent-annual chance] floodplain (formerly referred to as [�100-year�/�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 St Paul, MN, 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, as built, 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, security, and telecommunication infrastructure, and non-productive agency downtime. Expressions of Interest should include the following: 1. 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. 2. Identification of public transit routes/stops near the property offered. 3. Rentable square feet available and expected rental rate per rentable square foot, fully serviced. 4. 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. 5. Date of space availability. 6. Building ownership information. 7. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any). 8. Energy efficiency and renewable energy features existing within the building. 9. List of building services provided. Projected Dates: Expressions of Interest Due: March 3, 2025 Occupancy (Required): May 6, 2026 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. Submit Expressions of Interest to: Kovas Palubinskas, Lease Contracting Officer, kovas.palubinskas@gsa.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3cc1f1fabdb149a3bc83c376da1b9870/view)
- Place of Performance
- Address: Saint Paul, MN 55101, USA
- Zip Code: 55101
- Country: USA
- Zip Code: 55101
- Record
- SN07330741-F 20250205/250203230045 (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 |