Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
MODIFICATION

X -- THE U.S. GOVERNMENT IS SEEKING TO LEASE APPROXIMATELY 2,758 RENTABLE SQUARE FEET YIELDING 2,398 USABLE SQUARE FEET OF OFFICE AND RELATED SPACE IN FT. LAUDERDALE, FLORIDA

Notice Date
12/3/2004
 
Notice Type
Modification
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Realty Services Division (4PE), 77 Forsyth Street, SW, Suite 500, Atlanta, GA, 30303-3427
 
ZIP Code
30303-3427
 
Solicitation Number
4FL0170
 
Response Due
12/17/2004
 
Archive Date
1/1/2005
 
Description
THIS MODIFICATION IS POSTED TO REVISED THE DELINEATED AREA OF SEARCH FOR THE LEASE ACQUISITION. REQUIREMENT: The U.S. Government is seeking to lease approximately 2,758 rentable square feet yielding 2,398 usable square feet of contiguous office and related space in Ft. Lauderdale, Florida. Contiguous (same floor) space is preferred. Space must be located in a prime commercial office district with attractive, prestigious surroundings with a prevalence of modern design, tasteful rehabilitation in modern use or new construction. Parking for 6 vehicles must be available on site with a preference for reserved parking. An additional 4 stalls must be available within two blocks of the location. LOCATION: The U.S. Government will be evaluating offers from the following delineated area within the city limits of Ft. Lauderdale: NORTH: Sunrise Blvd; WEST: Sawgrass Expressway; EAST: NW 136th Avenue; SOUTH: NW 8th Street. After an on-site survey by a Government representative, the area of consideration may be revised to include a smaller geographic area, depending on a review of the overall mission of the Government agency to be housed in the space. Regularly scheduled public transportation and/or employee parking within 3 blocks sufficient to cover commuting and visitor needs should be available. Space should be located within 1/2 mile of a variety of moderately priced fast food and/or eat-in restaurants. Other amenities such as retail shops, cleaners, banks, etc. should also be available within 3 blocks. Buildings offered must be of sound and substantial construction of the type generally recognized as modern office-type building having fully adequate means of ingress and egress. Buildings must also fully meet the Federal requirements for handicap accessibility, must be altered or constructed to meet the Government?s requirements and must be fully serviced. Building and space offered must conform to the seismic safety standards for new construction of the current edition of the American Society of Civil Engineers (ASCE 7-98) Minimum Design Loads for Buildings and Other Structures. For existing buildings, the building and space being offered must conform to the seismic safety standards set forth in the Standards of Seismic Safety for Existing Federally Owned or Leased Buildings and Commentary, ICSSC RP 6. The building offered must not contain sprayed on fireproofing or acoustical treatment containing asbestos. REQUIRED: All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration. Space must be ready for occupancy on January 1, 2006. 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 December 17, 2004. EQUIS CORPORATION, ATTN: MR. JEFFREY JONES, 800 LASALLE AVENUE, SUITE 1050, MINNEAPOLIS, MINNESOTA 55402. TELEPHONE: (612) 605-4077, FAX: (612) 605-4070.
 
Record
SN00716798-W 20041205/041203212241 (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.