Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
MODIFICATION

X -- U.S. GOVERNMENT IS SEEKING TO LEASE 10,300 RENTABLE SQUARE FEET OF SPACE CONTAINING 2,000 ANSI/BOMA OFFICE AREA SQUARE FEET OF OFFICE AND 8,300 SQUARE FEET OF WAREHOUSE SPACE IN ATLANTA, GEORGIA

Notice Date
4/8/2005
 
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
GS-04B-44104
 
Response Due
4/14/2005
 
Archive Date
4/28/2005
 
Description
THIS MODIFICATION IS BEING PSOTED TO ADJUST THE DELINEATED AREA OF SEARCH FOR THIS LEASE ACQUISITION. REQUIREMENT: The U.S. Government is seeking to lease up to 10,300 rentable square feet of contiguous space containing approximately 2,000 ANSI/BOMA office area square feet of office and 8,000 square feet of climate controlled warehouse and related space in Metro Atlanta, Georgia. Contiguous (same floor) space is necessary. Covered, secure overnight parking for 4 vehicles is required for large trucks and RV type vehicles, with a preference for these spaces to be reserved. Additionally, 10 on-site spaces for daily parking is required with a preference for these parking spaces to be secure and reserved. LOCATION: The U.S. Government will be evaluating offers from the following delineated area within Metro Atlanta, Georgia: AREA: Within an area delineated by a boundary of the entirety of Interstate 285; including an area approximately 3 miles outside of Interstate 285. A map of the delineated area is available upon request. 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 1/2 mile. Buildings offered must be of sound and substantial construction of the type generally recognized as modern flex-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 have at least 1 drive-in door to accommodate a vehicle 10? W X 13? H X 38? L, be both heated and cooled, and have on-site restroom facilities. Space must be ready for occupancy on or before November 28, 2005. LEASE TERM: Term is 10 years, 5 years firm, with the Government having cancellation privileges after 5 years. The Government is also willing to consider a 10 years firm term. OWNERS/AGENTS: To submit a location for inspection, please contact the following office by April 14, 2005. EQUIS CORPORATION, ATTN: MR. MICHAEL BRAGG, 3500 LENOX RD, SUITE 750, ATLANTA, GEORGIA 30326. TELEPHONE: (404) 261-9700, EXT: 5856, FAX: (404) 264-0500.
 
Record
SN00785374-W 20050410/050408212831 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.