Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
MODIFICATION

X -- U.S. GOVERNMENT WANTS TO LEASE SPACE IN ST. PAUL, MINNESOTA

Notice Date
4/6/2007
 
Notice Type
Modification
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Julien J. Studley, Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, DC, 20004, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-05B-17871
 
Response Due
4/20/2007
 
Archive Date
5/5/2007
 
Description
U.S. GOVERNMENT WANTS TO LEASE SPACE IN ST. PAUL, MINNESOTA (GS-05B-17871) REQUIREMENT: The General Services Administration is interested in leasing office space consisting of approximately 55,200 rentable square feet, which will yield a minimum of 45,000 ANSI/BOMA occupiable square feet to a maximum of 48,000 ANSI/BOMA occupiable square feet. The space will be occupied by U.S. Army Corps of Engineers. LEASE TERM: 10 years; 5 years firm term. A 10 year firm term will also be considered. UNIQUE REQUIREMENTS: Space must be contiguous and have potential for an efficient layout. Columns must be at least 20 ft. apart center to center and 20 feet from any interior wall. Space should be located in a professional office setting. The Government requires a fully serviced lease including adequate contract parking nearby for 16 government vehicles. Buildings with parking below the building will not be considered. Above ground parking areas must be a minimum of 30? from the building. The Government will have the right to install up to a maximum eight (8) meter satellite dish and/or vertical antenna on the building roof. Public transportation must be available within two (2) blocks from the building entrance. All services, supplies, utilities, partitioning and tenant alterations are desired as part of the rental consideration. Space shall not be located within a base (100-year) flood plain or wetland unless the Government has determined it to be the only practicable alternative. Buildings listed on the National Register of Historic Places, potentially eligible for the National Register within a Historic District are encouraged to offer. Space shall conform to GSA requirements for fire and life safety; and shall be ADA compliant and asbestos abated. Space shall meet Army regulations regarding security and anti-terrorism requirements. Should the Government occupy 25% or more of the net usable space in the building, the space must fully meet DoD Unified Facilities Criteria (UFC) 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The building and parking must be accessible to government personnel 24 hours per day, seven days per week. Subleases will not be considered. LOCATION: Offered properties must be located in an area bounded by the streets shown below. Offered properties which front the boundary line streets will be considered to be within the area of consideration. NORTH: I-94 EAST: Broadway Street SOUTH: Kellogg Blvd. WEST: St. Peter Street EXPRESSIONS OF INTEREST SHOULD INCLUDE THE FOLLOWING: 1) Building name and address. 2) One-eighth inch scale drawing of space offered. 3) Square footage offered. 4) Method of measurement used to determine rentable square feet. 5) Name, address, and telephone number of individual to be contacted 6) Evidence of authority to represent the owner. AUTHORIZED CONTACTS: In no event shall the offer enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of General Services Administration (GSA) or their authorized representative. FAX OR MAIL INFORMATION BY APRIL 20, 2007 TO: Studley, Inc. Attn: Jason Lichty, Associate Director 15303 N. Dallas Parkway, Suite 1200 Addison, Texas 75001 Phone: 972-739-2213 FAX: 972-739-2216 E-mail: jlichty@studley.com
 
Place of Performance
Address: St. Paul, MN
Zip Code: 55101
Country: UNITED STATES
 
Record
SN01268451-W 20070408/070406230013 (fbodaily.com)
 
Source
FedBizOpps 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.