Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

X -- U.S. Government Seeks to Lease Office and Related Space in Washington, DC

Notice Date
7/23/2014
 
Notice Type
Presolicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractors - CBRE, Inc, 1861 International Drive, Suite 300, McLean, Virginia, 22102, United States
 
ZIP Code
22102
 
Solicitation Number
3DC0398
 
Point of Contact
Henry O. Chapman, Phone: 202-585-5665, Sara Dunstan, Phone: 202-585-5663
 
E-Mail Address
henry.chapman@cbre.com, sara.dunstan@cbre.com
(henry.chapman@cbre.com, sara.dunstan@cbre.com)
 
Small Business Set-Aside
N/A
 
Description
City/State: Washington, DC Delineated Area: Washington, DC Central Employment Area Approximate Sq. Ft. (ABOA): Minimum of 486,000 to a maximum of 750,000 Approximate Sq. Ft. (RSF): Minimum of 525,000 to a maximum of 839,000 Space Type: Office and related space Parking Spaces (Total): Available on-site parking spaces must meet at least the local code stipulated by the National Capital Planning Commission. Parking Spaces (Reserved): None Full Term: 15 years Firm Term: 15 years Option Term: N/A Additional Requirements: - The offered building must have the ability to accommodate ISC Level IV Security Requirements without infringing on public space. - The Government will require the right to fully control and secure the parking garage. - The offered building must be within 2,640 walkable linear feet of a metrorail station. - Offered space must be contiguous and accommodated in no more than (1) building. To qualify as one (1) building, offered space must be owned by a single owner and the structures must be connected by a common first floor lobby. - Any combination of existing and/or new construction will be considered. Any new construction offered must be fully permitted and in possession of all entitlements by the submission date for Final Proposal Revisions. The Government is intending to conduct a lowest-priced, technically acceptable procurement. If the space leased as a result of the procurement does not satisfy the entirety of the Government's need, then the Government will conduct a follow-on procurement to house the remaining square footage authorized by Prospectus PDC-08-WA14. Subleases will not be considered. Pursuant to the committee resolution from the Committee on Transportation and Infrastructure of the U.S. House of Representatives, the Government will consider options to purchase the building. This will be an unevaluated option. It is anticipated the incumbent Lessor(s) may compete for this procurement. The Government is seeking to improve their current occupancy efficiencies and it is anticipated that much of the existing space will need to be redesigned and renovated. All informational rental quotations for incumbent Lessor(s) should include any swing space plan necessary to achieve tenant objectives. Not all minimum requirements are reflected in this advertisement. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. The General Services Administration (GSA) is using a tenant broker to represent the Government in 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 offices and employees of the GSA or their authorized representative, CBRE, Inc. Expressions of interest should include the following information at a minimum: 1. Building name, address, and age; 2. Location of space in the building and date of availability; 3. Rentable square feet (RSF) offered and rate per RSF; 4. ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance of $46.74/USF, meeting GSA's standard building shell requirements; 5. Name, address, telephone number, and email address of authorized contact; 6. Scaled floor plans (as-built) identifying offered space. 7. Information on project and building ownership. 8. Incumbent Lessor(s) must include a swing plan as outlined above. Projected Dates Expressions of Interest Due: August 6, 2014, 3:00 pm Market Survey (Estimated): August 2014 Offers Due (Estimated): October 2014 Occupancy (Estimated): No earlier than September 1, 2015 and no later than December 31, 2018 Send Expressions of Interest to: Name/Title: CBRE, Inc. ATTN: Henry Chapman, Sara Dunstan Address: 750 9th Street, NW Suite 900 Washington, DC 20001 Office/Fax: (202) 783-8200/(202) 783-1723 Email Address: henry.chapman@cbre.com, sara.dunstan@cbre.com Government Contact Lease Contracting Officer Joel Berelson Leasing Specialist Sean McNeal Broker Henry Chapman Sara Dunstan CBRE, Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBTC/3DC0398/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03434491-W 20140725/140723234939-36fbc263cad23ed9c869bafbbf2b7eb1 (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.