Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 3,970 RSF (Yielding at Least 3,429 USF) OF OFFICE SPACE IN TERRE HAUTE, INDIANA

Notice Date
5/4/2012
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Customer Solutions, Treasury Client Delivery Team, Rm 3622 (5PC), 230 S. Dearborn Street, Rm 3300, Chicago, Illinois, 606004
 
ZIP Code
06004
 
Solicitation Number
GS-05B-18416
 
Archive Date
6/2/2012
 
Point of Contact
Robert E Jones Jr, Phone: 312-353-7847
 
E-Mail Address
robert.jones@gsa.gov
(robert.jones@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION: Document Type: Sources Sought, Pre-solicitation Notice Solicitation Number: GS-05B-18416 Posted Date: May 4, 2012 Original Response Date/Due By: May 18, 2012 Current Response Date/Due By: May 18, 2012 Original Archive Date: Current Archive Date: Classification Code: X -- Lease or rental of facilities NAICS Code: 531120 -- Lessors of Nonresidential Buildings (except Mini-warehouses ) Lease Term Ten (10) Years, Five (5) years firm Place of Performance City of Terre Haute, Indiana Delineated Area City of Terre Haute, Indiana REQUIREMENT: REQUIREMENT: The United States Government (“Government”) is seeking expressions of interest from potential sources for office space in downtown Terre Haute, Indiana. The US Government’s existing lease in Terre Haute, Indiana is expiring and the Government is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 3,970 rentable square feet of Class A office space in the City of Terre Haute, Indiana, for use by the Internal Revenue Service (IRS ). The area of consideration/delineated area is as noted above. The space must yield a minimum of 3,429 ANSI/BOMA (formerly “Usable”) square feet of contiguous space. The anticipated term is 10 years, 5 years firm as a fully serviced lease. In addition to the rental costs, the Government will also factor in costs of moving to a new location including, but not limited to, physical move, tenant improvements, above-standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in the current lease location. The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide regularly scheduled public transportation and employee parking within convenient walking distance of the offered building sufficient to cover commuting needs of employees. 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. SUBMISSION REQUIREMENTS Expressions of interest from the advertisement must include all the elements required in the FedBizOpps ad or the Lease Contracting Officer/Broker must get all the information from those asking to be included on the market survey prior to determining the locations to visit on the pre-market survey. The normal list follows and can be copied and pasted into the advertisement format: Building name/address. Legal property description, recent survey, and property identification numbers (PIN). Location of space in the building and date it will be available. CAD disk with dimensions shown and one-eighth inch scale dimensioned drawing of space offered – showing columns, stairwells, restrooms, windows, and paths of egress and any other architectural features of the space. The actual space being offered must be identified with hash marks or some other identifier. CAD disk and/or one-eighth inch scale drawings of typical floor plates for the entire building – including the first floor entrances, exits, egress, etc. that help determine ABAAS, ADA and fire life safety requirements. For new construction, CAD disk showing all of the above items plus a rendering of the proposed building must be provided. For new construction, a list of the building materials to be used in constructing the building must be shown on a rendering, etc. ANSI/BOMA defined office area/useable square feet (USF) Rentable Rate per square foot (RSF) and Rentable Square Feet (RSF) offered State Tenant Improvement Allowance (work letter) included in Rentable Rate List services and utilities provided by the Lessor Map showing public transportation within ¼ mile of the offered building. DUNS Number of Business Entity offering space Current Central Contractor Registration (CCR) documentation If an Offeror is representing more than one owner, each owner must submit written acknowledgement stating they understand the person offering their space is representing other owners for the same requirement. AUTHORIZED CONTACTS: E-mail, facsimile, or mail complete expressions of interest to: Robert E. Jones, Jr. Leasing Contracting Specialist General Services Administration GSA/PBS/5CPSCA 230 S. Dearborn Street Suite 3300 Chicago, IL 60604 T 312.353.7847 | F 312.353.4063 robert.jones@gsa.gov For receipt not later than: May 18, 2012 4:00 p.m. (CST) For receipt not later than: May 18, 2012 by 4:00pm (CST) Point of Contact: Same as above. Place of Performance: Terre Haute, Indiana
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/Treas5PC/GS-05B-18416/listing.html)
 
Place of Performance
Address: City of Terre Haute, Indiana, Terre Haute, Indiana, 47801, United States
Zip Code: 47801
 
Record
SN02739843-W 20120506/120504235521-afdfccc7a7e4e932d911a0a435c69413 (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.