Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOLICITATION NOTICE

X -- THE U.S. GOVERNMENT IS SEEKING TO LEASE 7,000 USEABLE SQUARE FEET OF LIGHT INDUSTRIAL AND WAREHOUSE SPACE IN WEST METRO DENVER, COLORADO

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Acquisition and Realty Services (5PEM), 230 South Dearborn Street, John C. Kluczynski Federal Building, Room 3622, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
Reference-Number-T.O.P-08-04-JH-0002
 
Response Due
7/9/2004
 
Archive Date
7/24/2004
 
Point of Contact
Brian Adelstein, Account Manager, Phone (312) 424-8167, Fax (312) 424-8080,
 
E-Mail Address
brian.adelstein@equiscorp.com
 
Description
REQUIREMENT: The U.S. Government is seeking to lease 7,000 useable square feet of light industrial and warehouse space in west metro Denver, Colorado to house the United States Geological Survey - Central Region Research Drilling Program (CRRDP). Space must provide for 500 useable square feet of office space, 5,000 useable square feet of light industrial/shop space, and 1,500 useable square feet of warehouse space. Additionally, a secured ware yard, minimum of one (1) acre, is mandatory. LOCATION: The U.S. government will be evaluating offers from the delineated area: Kipling Street (Rt. 391), beginning at Highway 285, North to Ridge Road, West to Tabor St., North to 52nd Ave., West to McIntyre, South to Table Mountain Drive (Coors Tech Center), Table Mountain Drive to 44th, 44th to Route 58 to 6th Ave, South to C470, C470 to Highway 285, Highway 285 back to Kipling Street. All prospective buildings/properties must be physically located within, or front, the delineated boundaries. A delineated area map is available upon request. REQUIRED: All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration. Space must be ready for occupancy no later than March 1, 2005. Ten (10) parking spaces shall be provided for government employees within a one-block radius of the property. Shop will be used for vehicle maintenance and calibration/fabrication of drilling equipment. Large vehicles/trucks up to 40 feet in length and 13 feet in height will be driven into and parked inside of the shop area for storage, fabrication, and repairs to the vehicles and equipment. Shop space must be contiguous and on ground level, slab on grade with a minimum ceiling height of 18 feet. Four (4) overhead doors are required. Floor drains are required and must meet all Federal, State and Local codes/regulations for indoor vehicle maintenance bays. Warehouse may be attached or separate from the primary shop/office area and is simply to provide storage of materials. A minimum of two (2) overhead doors are required. Ware Yard shall be graded and at a minimum contain gravel base. It shall be secured with a minimum of eight (8) foot chain link fence topped with three (3) strands of barbed wire. A minimum of two (2) twenty (20) foot wide gates with rollers is required for vehicle access. Lighting levels shall be provided with a minimum level of illumination no less than one (1) foot-candles but no more than five (5) foot-candles with dusk to dawn operation. An award of contract will not be made for a property located within a base floodplain (100-year floodplain) or wetland unless the Government has determined it to be the only practicable alternative. Buildings offered must be of sound and substantial construction of the type generally recognized as modern office-type buildings having fully adequate means of ingress and egress, must fully meet requirements of the Uniform Federal Accessibility Standard for disabled access, must be altered or constructed to meet the Government's requirements, and must be fully serviced. The building must also conform to the seismic requirements per “Handbook for the Seismic Evaluation of Buildings - A Prestandard” (FEMA 310) and can be obtained by calling the FEMA Distribution Center at (800) 480-2520. The building offered must not contain sprayed on fireproofing or acoustical treatment containing asbestos. LEASE TERM: Term is 10 years, 5 years firm with the Government having cancellation privileges after 5 years. OWNERS/ AGENTS: To submit a location for inspection, please contact the following office by July 9, 2004. EQUIS CORPORATION, ATTN: JENNIFER TERRY, GREENWOOD VILLAGE, CO 80111. TELEPHONE: (303) 729-2331, FAX: (720) 554-0798. E-MAIL: JENNIFER.TERRY@EQUISCORP.COM NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PEM/Reference-Number-T.O.P-08-04-JH-0002/listing.html)
 
Record
SN00607750-F 20040624/040622212306 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.