Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

X -- U.S. GOVERNMENT WANTS TO LEASE OFFICE SPACE IN CLEVELAND, OHIO

Notice Date
5/14/2008
 
Notice Type
Presolicitation
 
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, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
GS-05B-18148
 
Response Due
5/21/2008
 
Point of Contact
Jason M. Lichty, Phone: 972-739-2213, Kelly L Winn,, Phone: 972-739-2206
 
E-Mail Address
jlichty@studley.com, kwinn@studley.com
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 31,450 RSF (Yielding at Least 25,600 USF) OF OFFICE SPACE IN CLEVELAND, OHIO GENERAL INFORMATION: Document Type: Pre-solicitation Notice Solicitation Number:GS-05B-18148 Posted Date: Original Response Date/Due By:May 21, 2008 Current Response Date/Due By:May 21, 2008 Original Archive Date: Current Archive Date: Classification Code:X -- Lease or rental of facilities NAICS Code:531120 -- Lessors of Nonresidential Buildings Lease TermTen (10) Years, Five (5) years firm Place of PerformanceCleveland, OH Delineated AreaNorth: Lakeside Avenue; South: Superior Avenue; East: 13th Street; West: Ontario Street/Public Square/E. 2nd Street REQUIREMENT: The United States Government (“Government”) is seeking expressions of interest from potential sources for office space in downtown Cleveland, Ohio. The US Government is currently housed in commercial space and it is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 31,450 rentable square feet of Class A office space in the City of Cleveland, Ohio for use by the –U.S. Department of Labor – Office of Workers’ Compensation Programs. The area of consideration/delineated area is as noted above. The space must yield a minimum of 25,600 ANSI/BOMA (“Useable”) square feet of contiguous space. The anticipated term is 10 years, 5 years firm as a fully serviced lease. In addition to the rental costs the Government will also factor in costs of moving to a new location including, but not limited to, physical move, tenant improvements, above-standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in the current lease location. The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide regularly scheduled public transportation and employee parking within convenient walking distance of the offered building sufficient to cover commuting needs of employees. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. Space must be available by November 1, 2008. SUBMISSION REQUIREMENTS Expressions of interest must be submitted in writing should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1)Building name/address 2)Legal property description, recent survey, and property identification numbers (PIN) 3)Location of space in the building and date it will be available 4)One-eighth inch scale drawing of space offered 5)ANSI/BOMA defined office area/useable square feet (USF) 6)Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included 7)Common Area Factor used to determine the RSF 8)Name, address, telephone number, and email address of authorized contact 9)In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission AUTHORIZED CONTACTS: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized representative Studley, Inc. E-mail, facsimile, or mail complete expressions of interest 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 For receipt not later than: May 21, 2008 Place of Performance: Cleveland, OH
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1c84f34c3cb5e5296137168557be53a&tab=core&_cview=1)
 
Place of Performance
Address: Cleveland, Ohio, United States
 
Record
SN01573278-W 20080516/080514220930-d1c84f34c3cb5e5296137168557be53a (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.