Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

X -- United States Government Seeks Expressions of Interest for Lease of Office and Related Space in Northern Virginia

Notice Date
7/13/2010
 
Notice Type
Modification/Amendment
 
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
0VA2099
 
Archive Date
8/4/2010
 
Point of Contact
Reva M Squire, Phone: 202-719-5844
 
E-Mail Address
reva.squire@am.jll.com
(reva.squire@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration ("GSA" or "Government") is seeking potential sources for up to 12,545 ANSI/BOMA square feet of contiguous office and related space in Northern Virginia for use by the Department of Defense - Joint Strike Fighter Program Office (JSFPO). Offered space must fall within the following delineated area: North: Interstate 66 East: George Washington Memorial Parkway to North - Washington Street West: Quaker Lane to Interstate 395 to Arlington Boulevard to North Rhodes to Lee Highway South: Duke Street UNIQUE REQUIREMENTS: The DOD Minimum Antiterrorism Standard for Buildings were established to provide effective ways to minimize the likelihood of mass casualties from terrorist attacks against DoD personnel in the buildings they occupy. Implementation of these standards is mandatory for all facilities leased for DoD use and for those buildings in which DoD receives a space assignment. (See Attachment for the Full Text of the Minimum Standards) Partial Occupancy - The DOD Minimum Standards Partial Occupancy Exception applies to this procurement. The Minimum Standards do not apply where DoD personnel occupy leased or assigned space constituting at least 25% of the net interior useable area or the area as defined in the lease, and they apply only to that portion of the building that is occupied by DoD personnel. (See UFC 4-010-01 § 1-6.4.1.) Unique JSFPO Space Requirements - The Agency requests 900 RSF of space for conference and training use, a 500 RSF SCIF-SAP Area and a 400 RSF LAN Room. The LAN Room will require a POP Density based on A/E Services. The reception area must be able to accommodate seating for 14 people. Card swipe access is required for the proposed Agency suite. A reception desk is requested with a glass window and doorbell. First floor space is not acceptable for this procurement. Access - This requirement must be located within 2,500 feet or ½ mile of a metro rail station. Food Service must be in close proximity to the offered building. LEASE TERM: The anticipated term shall be five (5) years firm with a five (5) year renewal option. OCCUPANCY: The estimated occupancy date is January 31, 2011 PARKING: As required by code Building(s) offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current applicable Federal, state, and local government building codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA, and seismic protection. The Government's decision will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide the requested information, the Government reserves the right to assume that the potential offeror in question cannot meet the Government's requirement. 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, Jones Lang LaSalle Americas, Inc. Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. Expressions of Interest shall be submitted to the Government's Broker Representative at the following address: Reva M. Squire Jones Lang LaSalle Americas, Inc 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5844 E-mail: reva.squire@am.jll.com A copy shall also be sent to: General Services Administration 1099 14th Street, NW Room 300 East Washington, DC 20407 Attention: Contracting Officer - Mr. Anthony Bolling, JD, CCIM Expressions of interest must be submitted in writing and must include the following information in order to be deemed compliant and be eligible for further consideration: Building name/address Location of space in the building and date it will be available One-eighth inch scale drawing showing location of offered space. ANSI/BOMA defined office area/useable square feet (USF) Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance of $42.08 per RSF Common Area Factor used to determine the RSF Name, address, telephone number, and email address of Owner's Representative Owner's name and address and written statement from owner identifying Owner's Representative and granting it authority to provide information on the property. Parking Availability Building setback information List of Building Services Provided Expression of interest are due no later than 5:00pm EST, July 20, 2010. Please reference Project Number 0VA2099.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/0VA2099/listing.html)
 
Place of Performance
Address: General Services Administration, 1099 14th Street, NW, Room 300 East, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02204367-W 20100715/100713235324-7a56e6bb035596bed06cb8f1404755b9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.