Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
MODIFICATION

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

Notice Date
8/2/2010
 
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
9VA2401_9VA2439
 
Archive Date
8/24/2010
 
Point of Contact
Whitney Aaronson, Phone: 202-719-5832
 
E-Mail Address
Whitney.Aaronson@am.jll.com
(Whitney.Aaronson@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
The United States Government is seeking to lease approximately 36,700 rentable square feet (RSF) of office and related space yielding at least 31,156 ANSI/BOMA office area square feet (BOASF). 9 structured and reserved parking spaces are required for official Government use. Additional 31 structured spaces shall be made available. All space must be located on the 2 nd floor of the building or higher. The requirement must be located within 2,640 walkable linear feet of a metro rail station. This requirement is made up of two individual blocks of space for two different user groups: Agency A requires 18,860 usf and Agency B requires 12,296 usf. The Government will enter into a separate lease for each space requirement. Each user group must be on separate, but contiguous floors OR, if sharing one floor, must have separate suite entrances. If either Agency A or Agency B is located on more than one floor, the floors must be contiguous. Agency A and Agency B do not need to be on contiguous floors. Column spacing for Agency A shall be no less than 20' on center. The building floor plate for Agency A must be a minimum of 18,860 usf. Only existing buildings will be considered. The delineated area for this requirement is: Northern Virginia Metro Proximate The lease term requirement is ten (10) years firm with cancellation rights at any time after Year 5 upon 180 days notice. The space must be ready for Occupancy no later than September 2, 2011. The building must be located outside of any 100-year floodplain. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current Federal, State, and Local codes and regulations including, but not limited to, fire and life safety, accessibility, and OSHA. The Government requires the space to meet Level III security standards. Offered space must have the ability to satisfy all security, electrical, structural, adjacency, and floor load requirements found in this ad and in the forthcoming Solicitation for Offers and Program of Requirements. Not all minimum requirements are expressed in this ad. The Government is using a tenant broker to represent them 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 GSA or their authorized representative, Jones Lang LaSalle Americas, Inc. Please send expressions of interest in writing to the Government's Broker at the following address: Whitney Aaronson Jones Lang LaSalle 1801 K Street, NW Suite 1000 Washington, DC 20006 Expressions of Interest must be submitted to the above address in writing by 5:00 pm on August 9, 2010 and must include the following information in order to be deemed compliant and be eligible for further consideration: 1. Building name and address. 2. Building ownership information. 3. Space available, it's location within the building and its condition (shell or built-out). 4. Date of space availability. 5. Rentable square feet available and expected rental rate per RSF, fully serviced. 6. ANSI/BOMA office area square feet (BOASF) to be offered and expected rental rate per BOASF, fully serviced, inclusive of a Tenant Improvement Allowance of $42.08 per BOASF. 7. Amount of parking available on-site and its cost - indicate whether the rental rate includes the cost of the required Government parking. 8. Scaled Floor plans identifying offered space. 9. Name, address, telephone number and email address of individual to be contacted. The Government's decision regarding whether or not to solicit offers will be based, in part, on complete information received in response to this advertisement. In the event that your response to this ad fails to provide the required information the Government reserves the right to assume that the building in question cannot meet the Government's requirements. Submission by other than the owner, manager, or exclusive agent of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. Please reference project Number: 9VA2401-1 and 9VA2439-1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9VA2401_9VA2439/listing.html)
 
Place of Performance
Address: The General Services Administration, Public Buildings Service (PBS), ROB, 301 7th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02225391-W 20100804/100802234945-e406230ff024bcd8d0aded6cb9d9f289 (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.