Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT GENERAL SERVICES ADMINISTRATION SEEKS LEASED OFFICE SPACE IN BATON ROUGE, LOUISIANA

Notice Date
4/26/2010
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB CB Richard Ellis, 8270 Greensboro Drive, Suite 620, McLean, Virginia, 22102
 
ZIP Code
22102
 
Solicitation Number
9LA2102-A
 
Archive Date
6/1/2010
 
Point of Contact
Robert Lipman, Phone: 202-333-8434, Keitha Avant, Phone: (318) 227-7622 Ext. 12
 
E-Mail Address
robert.lipman@crownpartnership.com, keitha@avantprop.com
(robert.lipman@crownpartnership.com, keitha@avantprop.com)
 
Small Business Set-Aside
N/A
 
Description
REQUIREMENT: The General Services Administration seeks to lease space consisting of approximately 2,259 rentable square feet yielding 1,964 ANSI/BOMA usable square feet of office and related space. Space must be located in a prime commercial office district with attractive, prestigious surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Subleases are not acceptable. DELINEATED AREA: Offered properties must be located within the following delineated area: Starting at Interstate Highway 10 going west to College Drive to north on Jefferson Hwy. to east Bluebonnet Blvd. to South on Interstate Highway 10. Sites which are located directly on a highway or thoroughfare shall not be considered in the following instances: (1) if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block; (2) if the location access is directly from a highway, unless there is a traffic control device within two blocks or equivalent from the proposed office space. Space offered shall be within the equivalent of two city blocks from a primary or secondary street serving the office. Locations must be as convenient to the visiting public as possible REQUIRED: To accommodate the parking needs for visitors and employees, 21 parking spaces must be available within a two block radius or 600 feet whichever is less. A total of 2 on-site surface parking spaces are required. Public Parking must be available within a 2 block radius. Public transportation is required within 2 city blocks or 600 feet, which ever is less. All services, supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The offered space must meet Government requirements for Security, Fire Safety and Handicapped Accessibility. All space shall be contiguous. Office space must be contiguous, located on one level without being split by a public corridor, and located on the 2nd floor or above. Ground floor space will only be considered if 2nd floor or above is not available. Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but will not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an inefficient use of space. It is a requirement that space shall be no more than twice as long as it is wide. Space shall have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow. Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks, or busy intersections. Space shall not be located within a base flood plain or wetland unless the Government has determined it to be the only practicable alternative. Space should not be located near establishments where alcoholic beverages are sold or served, or where there are tenants related to drug treatment or detention facilities. Space will not be considered where apartment space or other living quarters are located within the building. The Government requires a fully serviced lease. The Government shall have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 5:00 p.m. (excluding Saturdays, Sundays and federal holidays). Offered property must be able to meet Fire and Life Safety Requirements per Agency and GSA in addition to the State of Louisiana. LEASE TERM: Term is for ten (10) years/ five (5) years firm. Proposed occupancy date is June 1, 2011. OWNERS/AGENTS: To submit a location for inspection, please contact the following office: Robert Lipman The Crown Partnership, Inc. 2920 M Street NW - 2nd floor Ph.702-595-5572 Fax. 702-420-7532 robert.lipman@crownpartnership.com With a Copy to: Keitha Avant Avant Properties keitha@avantprop.com Brokers or agents may represent the prospective landlord, but any properties or proposals submitted by brokers/agents must be accompanied by written evidence that they are authorized to represent the building's ownership. Expressions of interest should include all of the following: 1. Building name and address. For unimproved sites provide specific location. 2. Rentable square feet and rate per rentable square foot. 3. Drawing of space offered. For unimproved sites provide site plan and location map. 4. Method of measurement used to determine rentable square feet 5. Common Area Factor (s) for available space by floor if applicable 6. FEMA map showing the property location in relation to Flood and Earthquake zones. 7. Evidence of control of the property being submitted. In all correspondence include the following: 1) Name, address and telephone number of the individual offering and to be contacted; 2) Any information regarding influences unique to the site or building that may affect the occupancy; and 3) Incentives and inducements such as tenant improvement allowances, lessor provided enhancements, etc. Interested parties may submit pertinent information by Monday May 17, 2010. Please reference Project # 9LA2102-A.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBTC/9LA2102-A/listing.html)
 
Place of Performance
Address: BATON ROUGE, LOUISIANA, United States
 
Record
SN02131691-W 20100428/100426234358-3fe7f40019e3c1a52b3e3921b4bd4513 (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.