Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

X -- U.S. Government seeks to lease 5,485 square feet of flex space near I-495 in Massachusetts

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Customer Services and Leasing Division (1PB), 10 Causeway Street, Room 1075, Boston, Massachusetts, 02222
 
ZIP Code
02222
 
Solicitation Number
2MA0162
 
Archive Date
7/2/2013
 
Point of Contact
Roger L. Williams, Phone: 617-832-2115, John P. McAuliffe, Phone: 617-565-5710
 
E-Mail Address
Roger.Williams@dtz.com, John.Mcauliffe@gsa.gov
(Roger.Williams@dtz.com, John.Mcauliffe@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. Government seeks to lease about 6,308 rentable square feet (yielding at least 5,485 ABOA square feet) of flex space in the delineated area described below. Offered space must have a minimum of 3,000 ABOA square feet of warehouse space, and a minimum of 2,485 ABOA square feet of office space. Delineated Area : State - Massachusetts North - Exit 22 on I-495 (Mass Pike) South - Exit 14 on I-495 (Route 1) East - Within 5 miles of I-495 exits and within Congressional District 4 West - Within 5 miles of I-495 exits and within Congressional District 4 Minimum Sq. Ft. (ABOA) : 5,485 Maximum Sq. Ft. (ABOA) : 5,760 Parking Spaces : the offered warehouse space must be capable of accommodating up to nine (9) vehicles, two (2) of which are oversized vehicles approximately 45 ft long and 14 ft high. Also, ten (10) additional parking spaces in a secured area on-site. 24/7 access to both warehouse space and secured parking area is required. Term : Full Term - 10 years Firm Term - 5 years Services : Lease must be fully serviced, with snow removal and daytime cleaning included. Additional Requirements : • Building must be located away from churches, childcare facilities, shopping centers, residential areas, schools, power plants, and night clubs & bars. • Minimum 15 ft. clear ceiling height, slab to ceiling. • Single-story building is preferred but will consider a two story building if the Government occupies 1 st & 2 nd floors. • A minimum of 25' column to column spacing within warehouse. • At least one (two is preferred) 14' x 12' electrically operated garage door at grade level or with adequate ramp for driving vehicles in and out. Floor drains inside near overhead garage door(s) are required. • Slab on grade sealed concrete capable of supporting tractor trailer trucks - minimum 6" slab thickness required. • Office & warehouse space shall have heat and air conditioning with separate HVAC controls. • The LAN Room shall be equipped with a 24/7 standalone HVAC system. • Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the lease. • Offered space shall not be located in a 100-year flood plain. Submission Requirements : Expressions of interest must be submitted in writing and should include the following information at minimum (this is not an invitation for bids nor a request for proposals): • Building name/address. • Location of space in the building and date it will be available. • ANSI/BOMA defined warehouse area/useable square feet (ABOA SF). • Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included. • Name, address, telephone number, and email address of authorized contact. 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 DTZ, a UGL company. Expressions of Interest due: June 17, 2013 Market Survey (estimated): June 2013 Offers due (estimated): August 2013 Occupancy (estimated): May 1, 2014 Interested parties should expressions of interest to: Roger L. Williams DTZ, a UGL company 101 Federal Street, Suite 550 Boston, MA 02110 Phone: 617-832-2115 Fax: 617-832-2101 Roger.Williams@dtz.com With a copy to: John McAuliffe, Leasing Specialist General Services Administration Thomas O'Neil Federal Building 10 Causeway Street, Room 1010 Boston, MA 02222 Phone: 617-565-570 John.Mcauliffe@gsa.gov Please reference solicitation #2MA0162
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PB/2MA0162/listing.html)
 
Place of Performance
Address: North: Exit 22 on I-495 (Mass Pike), South: Exit 14 on I-495 (Route 1), East: within 5 miles of I-495 exits and within Congressional District 4, West: within 5 miles of I-495 exits and within Congressional District 4, Massachusetts, United States
 
Record
SN03080946-W 20130607/130606001826-4bb87c35f1593f3780222d103a86139f (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.