Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
MODIFICATION

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 6,055 RSF, YIELDING A MINIMUM 5,016 ANSI/BOMA OFFICE AREA (ABOA) SF TO A MAXIMUM 5,266 ANSI/BOMA OFFICE AREA (ABOA) SF OF OFFICE SPACE IN COUNCIL BLUFFS, IA

Notice Date
6/16/2011
 
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
0IA2016
 
Archive Date
7/16/2010
 
Point of Contact
Peter A. Sellis, Phone: 312-228-3275
 
E-Mail Address
peter.sellis@am.jll.com
(peter.sellis@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
DELINEATED AREA: North: Avenue C/N. 8 th Street/Mill Street/Ross Street/Oakland Avenue/W. Kanesville Boulevard South: 6 th Avenue/S. Main Street/Story Street East: N. 2 nd Street/W. Pierce Street/Bluff Street West: S. 10 th Street/N. 10 th Street REQUIREMENT: The United States Government ("Government") is seeking expressions of interest from potential sources for office space in Council Bluffs, IA. The Government is interested in leasing approximately 6,055 rentable square feet, with a minimum of 5,016 ANSI/BOMA Office Area SF to a maximum of 5,266 ANSI/BOMA Office Area SF of office and related space for use by a government agency. This space, along with three (3) reserved, secured parking spaces will be used to house a US Government Agency for a term of 10 (ten) years, five (5) years firm term. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. All services, supplies, utilities and tenant improvements must be provided in consideration of rental to be paid. Other Requirements: 1) Space above the ground floor is preferred and top floor space will be considered. 2) The Government is willing to consider proposals of a large block of space accompanied by a small amount of non-contiguous space to satisfy this total square footage requirement. Proposals of non-contiguous space will be evaluated by the Government on a case-by-case basis and include, but are not limited to, factors such as operational efficiency and security. 3) This agency cannot be located in buildings that house drug treatment centers. Additionally, this agency cannot be located on the same floor as pre- and post-trial services, or law firms that handle criminal defense cases in Federal Court. Proposals from brokers or agents should be accompanied by evidence of their authorization to represent the ownership. Expressions of interest should include the following: •1) Building name and address, or if new construction, the site location •2) Location of space in the building and date it will be available •3) ANSI/BOMA defined office area/useable square feet (USF) •4) Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included •5) AutoCAD drawings of offered space in either 1/4" or 1/8" scale •6) Name, address, telephone number, and email address of authorized contact •7) In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission AUTHORIZED CONTACTS: 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. If you meet these requirements, please submit pertinent information by June 24, 2011, making reference to Solicitation for Offers No. 0IA2016 to: Peter Sellis Jones Lang LaSalle Americas, Inc. 200 East Randolph Street, Floor 46 Chicago, Illinois 60601 phone: 312-228-3275 E-mail: Peter.Sellis@am.jll.com For receipt not later than: June 24, 2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/0IA2016/listing.html)
 
Record
SN02474793-W 20110618/110616234747-fcabb4b3ddc06ea6ac259af2d3bcdd6b (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.