Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT SEEKS EXPRESSIONS OF INTEREST TO LEASE OFFICE SPACE

Notice Date
2/18/2010
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
 
ZIP Code
20006-4044
 
Solicitation Number
8DC2175-EOI
 
Archive Date
3/19/2010
 
Point of Contact
Jae H Lee, Phone: 202-719-5009
 
E-Mail Address
jae.lee@am.jll.com
(jae.lee@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
Washington, DC - CEA, NoMA, Waterfront, Parkside Maryland - Southern Prince George's County Northern Virginia - Crystal City / Pentagon City The United States Government (Government) seeks to lease office and related space for use by the Department of Homeland Security (DHS) consisting of up to 1,136,000 Rentable Square Feet (RSF). The proposed term is 15 years firm plus a five (5) year renewal option. The estimated occupancy date is the second half of calendar year 2013. The Government will consider existing buildings and existing lease locations to satisfy these requirements. The Government will also consider new construction that, in the opinion of the Government, can provide occupancy consistent with the estimated occupancy date. MINIMUM REQUIREMENTS The requirement is for office and related space located within the following submarket(s) within the DC metropolitan area: v Washington, DC - CEA, NoMA, Waterfron t, Parkside (Metro-proximate) v Maryland - Southern Prince George's County (Metro-proximate South of Route 4) v Northern Virginia - Crystal City / Pentagon City (Metro-proximate) The space requirement is to house Agency A [Science and Technology (S&T)], Agency B [Under Secretary for Management (USM)] and Agency C [Citizenship and Immigration Services (CIS)] of the Department of Homeland Security via any combination of existing and / or new construction with the following breakdown of contiguous space: Ø Agency A - 176,000 RSF; 146,542 Usable Square Feet (minimum) Ø Agency B - 290,000 RSF; 241,265 Usable Square Feet (minimum) Ø Agency C - 670,000 RSF; 557,804 Usable Square Feet (minimum) Ø Total Requirement - 1,136,000 RSF; 945,611 Usable Square Feet (minimum) All three (3) agencies may be co-located in one (1) building or in more than one (1) building based upon the following criteria: All submissions must offer space for at least one (1) entire agency component. Agency A must be housed in its entirety in one (1) building; other agencies included under this requirement may be housed in the same building. Agency B must be housed in its entirety in one (1) building; other agencies included under this requirement may be housed in the same building. Agency C must be housed in no more than three (3) buildings; all such buildings must be within close proximity; no Agency C building shall be more than 1,320 walkable linear feet from any other Agency C building's main entrance. If Agency C must be housed in more than one building, no single building may offer less than 200,000 RSF in housing Agency C. If occupancy is considered in a multi-tenanted building(s) for any and all building(s) housing any component of this space requirement, the Government's percentage of occupancy must be greater than 50% of the building(s) occupancy and the space offered must be contiguous on full floors and adjacent floors. The main accessible entrance to any and all buildings housing any component of this requirement must be 2,640 walkable linear feet (or less) from an existing Metrorail station handicap accessible entrance, as determined by the General Services Administration (GSA). Any and all buildings submitted must comply with the Interagency Security Committee Level IV standards, including for Existing Leased Buildings regardless of percentage of occupancy. Any and all buildings shall permit 100% Government control of parking facilities (structured and/or surface) as part of the offer. Any offer must provide official covered off-street Government parking spaces; Agency A requires five (5) spaces; Agency B requires 15 spaces; Agency C requires 30 spaces. Any offer must provide a basis for GSA to determine that award of a lease involving the offered building(s) will, under the National Environmental Policy Act (NEPA - 42 U.S.C. Sec. 4 321, et seq.) as implemented in the GSA NEPA Desk Guide (October 1999 ), result in either 1) a Categorical Exclusion (CATEX) from the requirement to prepare an Environmental Assessment (EA) or an Environmental Impact Statement (EIS), or 2) a Finding of No Significant Impact (FONSI) as the result of performing an EA. Any offer that, in GSA's opinion, would require preparation of an EIS shall be considered technically unacceptable and ineligible for award. • · Any and all buildings submitted must meet the requirements of LEED â -NC (Leadership in Energy and Environmental Design for New Construction) SILVER or LEED â -EB (Leadership in Energy and Environmental Design for Existing Buildings) SILVER level as a minimum requirement. The LEED requirements necessary to meet this minimum requirement shall not include any of the Government's leased premises or tenant installations including, but not limited to, their furniture, fixtures, equipment and / or products planned, purchased, installed and / or operated by the Government. •· In conjunction with the base building requirements for LEED â -NC SILVER or LEED â -EB SILVER (as outlined above), the tenant space to be delivered under this solicitation must meet the requirements of LEED â -CI (Leadership in Energy and Environmental Design for Commercial Interiors) Certified level as a minimum requirement. • · Any and all offered buildings must have access to major commercial fiber optic network(s) at the property line. The Government may choose to enter into multiple leases with multiple offerors to satisfy this requirement. Interested parties responding to this request for Expressions of Interest must be prepared to offer buildings of sound and substantial construction, with a "Class A" finish level. All buildings must meet all current applicable Federal, state, and local government building codes and regulations. Offerors (singly or in self-identified combined offers) may provide a solution for the entire requirement or shall provide a solution for at least one (1) of the agency component space requests. Such offers shall meet all minimum technical requirements. Offerors may also submit more than one (1) offer, for separate buildings or properties, which may provide a solution for the entire requirement or a solution for at least one (1) of the agency component space requests. Such offers shall meet all minimum technical requirements. Offerors may also submit more than one (1) offer for the same building(s) or property(ies), each of which may provide a solution for the entire requirement or a solution for at least one (1) of the agency component space requests. For purposes of Government evaluation, multiple offers for the same building(s) or property(ies), for separate agency components or combinations of components, must be clearly identified by agency component or combination (listed below) and submitted separately. The possible combinations of agency components that may be addressed in any offer are as follows: Ø Agency A, B & C - 1,136,000 RSF; 945,611 Usable Square Feet (minimum) Ø Agency B & C - 960,000 RSF; 799,069 Usable Square Feet (minimum) Ø Agency A & C - 846,000 RSF; 703,346 Usable Square Feet (minimum) Ø Agency C - 670,000 RSF; 557,804 Usable Square Feet (minimum) Ø Agency A & B - 466,000 RSF; 387,807 Usable Square Feet (minimum) Ø Agency B - 290,000 RSF; 241,265 Usable Square Feet (minimum) Ø Agency A - 176,000 RSF; 146,542 Usable Square Feet (minimum) An award may be made to a single offeror or to a self-identified combined offer; or multiple awards may be made to multiple offerors as assembled by GSA that meet the entire requirement. Responses must be submitted in writing and must include the following: Ø A brief summary of interest in the solicitation, to include name and address of subject building(s) or site(s), size of subject spaces (RSF), date of availability, nearest Metrorail Station. Include the name, address, telephone number and E-mail address of Owner's Representative. Ø A table outlining the size of the subject space(s) to include Usable Square Feet (USF), Rentable Square Feet (RSF) and Common Area Factor. The table shall also include Floor(s) of space, the proposed Agency designation ('A', 'B' and / or 'C') envisioned and the total(s) of all space(s) proposed. Any Agency space must be contiguous, based upon criteria outlined above. Ø Representative Floor Plans (and Building Key Plans and location plans) showing size, type, location and access to the subject space. Ø Parking Availability to include the official off-street parking spaces noted in the minimum requirements, as well as the suitability of future Government control of all other parking on site. In the event that a potential offeror fails to provide the requested information, the Government reserves the right to assume that the potential offeror cannot meet the Government's requirement. GSA is using a tenant broker to assist 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 officer(s) of the GSA or their authorized representative, Jones Lang LaSalle Americas, Inc. Questions and concerns shall be directed in writing to Jae Lee / jae.lee@am.jll.com or Bill Craig / bill.craig@am.jll.com at Jones Lang LaSalle Americas, Inc. Expressions of Interest, including all required documents, must be submitted to U.S. General Services Administration (GSA) at the address below: U.S. General Services Administration National Capital Region 301 7 th Street, SW Room 7660 Washington, DC 20407 ATTN: Lisa Richmond Contracting Officer REF: SFO No. 8DC2175 Deadline for receipt is not later than: 4:30pm EST on Thursday, March 4, 2010. Personal deliveries shall be accepted at the above address, between the hours of 8:30 am and 4:30 pm, Monday through Friday. Please reference SFO No. 8DC2175 on the submittal package. Phone number for overnight deliveries is 202-260-3800. One (1) original and two (2) copies of expressions of interest shall be submitted / delivered to the Government. Documents must be properly completed and submitted / delivered no later than 4:30 pm on the required submission due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/8DC2175-EOI/listing.html)
 
Place of Performance
Address: 7th & D St., SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02068586-W 20100220/100218235210-75aa2603246aeb9f9a82ce03fee685d5 (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.