Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

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

Notice Date
10/29/2010
 
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-2
 
Archive Date
11/30/2010
 
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
Sensitive But Unclassified (SBU) document security notice to prospective offerors Washington, DC - CEA, NoMA, Waterfront, Parkside Maryland - Southern Prince George's County Northern Virginia - Crystal City / Pentagon City This advertisement reflects a modification to the prior advertisement (No. 8DC2175) issued on February 18, 2010. The Expressions of Interest requested reflect the continuation of Solicitation for Offers (SFO) No. 8DC2175 issued on April 1, 2010 and amended on April 23, 2010 and May 6, 2010. The United States Government (the "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. An alternate proposed term of 20 years firm is also being requested. The Offeror shall propose an occupancy date between January 1, 2013 and December 31, 2015. The Government reserves the right to require and accept phased occupancy, depending on the components and schedule(s) proposed by the Offeror and the requirements of the Government. Offerors shall be required to demonstrate receipt of all required site plan permit approvals prior to award (anticipated during the 4 th Quarter of Calendar Year 2011); and Offerors shall be required to receive all required base building construction or renovation permits no later than December 31, 2012 as part of a proposed space delivery schedule for all proposed space to be completed and ready for Government inspection no later than December 31, 2015. The Government will consider space within existing buildings and existing lease locations to satisfy these requirements. The Government will also consider space within new buildings under construction or to be constructed that, in the opinion of the Government, can provide occupancy consistent with the Offerors' proposed occupancy date(s). The Government will consider all offers which meet the minimum requirements for one (1) or more agency group and provide a substantive schedule demonstrating delivery of the proposed space within the period specified. The Government may choose to enter into multiple leases, with multiple Offerors, to satisfy this requirement. MINIMUM REQUIREMENTS The requirement is for office and related space located within the following submarket(s) within the DC metropolitan area: § Washington, DC - CEA, NoMA, Waterfron t, Parkside (Metro-proximate) § Maryland - Southern Prince George's County (Metro-proximate South of Route 4) § 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: Agency A - 176,000 RSF; 146,542 Usable Square Feet (minimum) Agency B - 290,000 RSF; 241,265 Usable Square Feet (minimum) Agency C - 670,000 RSF; 557,804 Usable Square Feet (minimum) Total Requirement - 1,136,000 RSF; 945,611 Usable Square Feet (minimum) All three (3) agencies, or any combination of the agencies outlined above, may be co-located in one (1) building or in more than one (1) building at one (1) location. Offers may be submitted for any agency component or combination of agency components at any location within the delineated area in accordance with the minimum requirements outlined below. A "Location" shall be defined as any / all components or elements of an offer which are within 2,640 walkable linear feet ("WLF") of handicap accessible entrance of the same Metrorail station, within the delineated area specified above. Multiple buildings and / or multiple offers that meet these provisions and satisfy the entire requirement will be evaluated as a single location. Offerors may submit an Expression of Interest for any combination of space to house Agency A, B and / or C, and agencies may be proposed at separate locations under the same offer. Any offer proposing to meet less than the entire requirement may be "assembled" with other offers at the Government's sole discretion to determine which assemblage of offered buildings best meets the entire requirement. Assembled offers which conform to the definition of one (1) "location" (above) will be evaluated as a single location even if they are submitted by multiple Offerors. Offers will be evaluated based upon pre-determined technical criteria. An award will be made to a single Offeror or to a self-identified combined offer, or multiple awards will be made to multiple Offerors as assembled by the Government that meet the entire requirement based upon a Best Value Trade-Off source selection methodology. Offered buildings will be reviewed and evaluated for completeness and the ability to satisfy the requirement(s) and meet all of the minimum technical requirements 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 Government. 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 the Government 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 -C&S (Leadership in Energy and Environmental Design for Core & Shell Construction) SILVER 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 -C&S 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: Agency A, B & C - 1,136,000 RSF; 945,611 Usable Square Feet (minimum) Agency B & C - 960,000 RSF; 799,069 Usable Square Feet (minimum) Agency A & C - 846,000 RSF; 703,346 Usable Square Feet (minimum) Agency C - 670,000 RSF; 557,804 Usable Square Feet (minimum) Agency A & B - 466,000 RSF; 387,807 Usable Square Feet (minimum) Agency B - 290,000 RSF; 241,265 Usable Square Feet (minimum) 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 the Government that meet the entire requirement. EXPRESSIONS OF INTEREST SUBMISSIONS Offerors who have not previously submitted an Expression of Interest for this solicitation must provide a formal response by 4:00 PM (EST) on Monday, November 15, 2010. Responses must be submitted in writing and must include the following: A brief summary of interest in the solicitation including - The name and address of subject building(s) or site(s); The name, address, telephone number and E-mail address of Owner's Representative. The size of subject space(s) [RSF]; The date of availability for the subject space(s); The nearest existing Metrorail Station and the estimated distance in walkable linear feet (WLF) from the main building entrance for the space(s) proposed to the nearest handicapped-accessible entrance of the nearest existing Metrorail Station. 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. A milestone summary schedule showing the proposed delivery schedule for the space and respective agencies proposed including Site Plan approval(s), base building construction or renovation permit approval(s), base building construction or renovation, tenant interior space design and construction, and completion / delivery dates for each space and respective agency proposed. Representative Floor Plans (and Building Key Plans and location plans) showing size, type, location and access to the subject space. 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. Signed copy of Sensitive But Unclassified (SBU) document security notice to prospective offerors [Attached]. Offerors who have previously submitted an Expression of Interest or an Initial Offer are required to submit written confirmation of the prior Expression of Interest or Initial Offer and continued interest in the solicitation, as well as any new or revised information or material(s) to support the Expression of Interest. Included with any new or revised information from the prior Expression of Interest or Initial Offer, please submit the following space delivery schedule information: A milestone summary schedule showing the proposed delivery schedule for the space and respective agencies proposed including Site Plan approval(s), base building construction or renovation permit approval(s), base building construction or renovation, tenant interior space design and construction, and completion / delivery dates for each space and respective agency proposed. Written confirmation of continued interest must be received by 4:00 PM (EST) on Monday, November 15, 2010. 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. The General Services Administration (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 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 1610 Washington, DC 20407 ATTN: Lisa Richmond Contracting Officer REF: SFO No. 8DC2175 For electronic deliveries, please submit all required materials to Jae Lee ( jae.lee@am.jll.com ) at Jones Lang LaSalle Americas, Inc. no later than 4:00 p.m. on the required submission due date. Deadline for receipt is not later than: 4:00 p.m. (EST) on Monday, November 15, 2010. Personal deliveries shall be accepted at the above address, between the hours of 8:30 am and 4:00 p.m., Monday through Friday. Please reference SFO No. 8DC2175 on the submittal package. Phone number for overnight deliveries is 202-260-0420. 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 4:00 p.m. on the required submission due date. ATTACHMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/8DC2175-EOI-2/listing.html)
 
Place of Performance
Address: 7th & D Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02319480-W 20101031/101029234026-230bed2f28682841a2aedfcf209f7636 (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.