Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

Y -- Request for Expressions of Interest - Exchange Opportunity Dept of Labor Headquarters Building and Parcel, Washington DC

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Real Estate Acquisition (PR), 1800 F Street, NW., Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
15DOLFPB
 
Archive Date
2/11/2016
 
Point of Contact
Sara Towner, , Richard Sedwick,
 
E-Mail Address
sara.towner@gsa.gov, richard.sedwick@gsa.gov
(sara.towner@gsa.gov, richard.sedwick@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Due to the closure of Federal offices in the Washington, DC, area based on weather conditions, GSA is extending the deadline for responses for solicitation 15DOLFPB. Responses are due by 5:00 EST on the first business day the Government reopens. REQUEST FOR EXPRESSIONS OF INTEREST (REOI) December 21, 2015 The General Services Administration (GSA) requests Expressions of Interest for a site to be used for the development of a new Department of Labor (DOL) Headquarters Building under a contemplated exchange. GSA is issuing this REOI as part of an exploratory process to determine if the United States Government will pursue the exchange of the existing Frances Perkins Building (FPB) and underlying land located at 200 Constitution Avenue, NW, Washington, DC in return for a new DOL Headquarters Building to be built by an exchange partner elsewhere within the District of Columbia (DC). The exchange partner would be solicited in a subsequent two stage process: Request for Qualifications (RFQ) and Request for Proposals (RFP). This REOI is seeking to receive proposals for potential sites to accommodate the exchange for a new DOL Headquarters Building. As GSA explores the potential of an exchange transaction, GSA will consider (i) donated sites, (ii) sites to be sold to GSA through a no-cost, assignable purchase option (if exercised, allows for site acquisition at an agreed-upon price and is assignable to an exchange partner), or (iii) privately held sites on which the landowner wishes to retain exclusive development rights in the possible future exchange. Donated sites are preferred. Further description is provided below in the Developer Competition section. In addition to the sites submitted in response to this REOI, GSA will consider Federally-owned sites. This site evaluation is being conducted pursuant to 40 U.S.C. § 3304. GSA will review submitted sites against the minimum requirements set forth in this REOI and eliminate from further consideration those sites which do not meet, or are not readily capable of meeting, such requirements. GSA reserves the right to eliminate from consideration any remaining sites based on the additional criteria stated in this REOI, among others, and to select the site(s) (including sites other than those offered in response to this REOI) that GSA believes are the most advantageous to the Government, all factors considered, without regard to 41 U.S.C. § 3101 et seq. MINIMUM REQUIREMENTS: Delineated Area: Washington, DC Size: Capacity for office and related space, between approximately 850 thousand rentable square feet (RSF) and approximately 1.4 million RSF, plus parking as required by local code, and accommodating physical requirements of Interagency Security Committee (ISC) Level III Security, applicable zoning, and other restrictions imposed by law or regulation. Access to Transportation: The closest boundary line of the site offered shall be within 2,640 walkable linear feet from a Metrorail station entrance. Utilities: Site must be capable of providing adequate public utilities, including but not limited to two distinct feeds of electrical power or a reasonable equivalent, to ensure continuity in operations. ADDITIONAL CRITERIA: The Government will select the site(s), if any, which meet the minimum requirements set forth above and which are considered to be most advantageous to the United States for development of a new DOL Headquarters Building. Additional criteria that the Government will consider are listed below. Site Development Flexibility: Among those sites that meet the minimum requirements stated above, preference will be given to: •Larger sites; •Those providing greater development flexibility (site shape and topography); and •Sites whereby the owner is willing to subdivide so that GSA only obtains the amount of land needed for the project. Proximity to Hazards: Sites that are within close proximity to continuous or infrequent hazards will be evaluated less favorably, and, depending on the nature and severity of the hazard, may be eliminated from consideration. Hazards include but are not limited to: •Facilities involved in hazardous material generation, handling, storage, processing or disposal; •Facilities presenting dangers that cannot reasonably be mitigated, including: ○Biological research facilities; ○Bulk gas facilities; and ○Pharmaceutical production and research facilities. •Railroads. Environmental Impacts: Sites on which the development of a new DOL Headquarters Building would significantly disturb natural resources (e.g. wetlands) or would otherwise have significant impacts on the quality of the human and natural environment in ways that could not reasonably be mitigated will be evaluated less favorably, and, depending on the nature and severity of the impact(s), may be eliminated from further consideration. Floodplain: Sites that are not within a 100- and 500-year floodplain are preferred. Zoning, Land Use, and Schedule: Sites on which the development of a new DOL Headquarters Building would be contrary to current zoning or local land use plans, and/or which would not now be capable of obtaining site development permits, will be evaluated less favorably. Acquisition and Development Cost: Sites that, in the Government's estimation, provide opportunities to lower overall costs (acquisition and development) for the Government are preferred. Historic Resource Impacts: Sites on which the development of a new DOL Headquarters Building would significantly disturb historic or archeological resources (e.g. buildings, grave sites, etc.) or otherwise have significant impacts on adjacent historic properties or resources that could not reasonably be mitigated will be evaluated less favorably, and, depending on the nature and severity of the impact(s), may be eliminated from further consideration. In addition to these additional criteria, the Government may consider other attributes of a site. No one criterion listed above is considered to be more important than any other, as a general matter. However, in the context of its evaluation of an individual site, with each site having unique attributes, the Government may treat some criteria as being more important than others. PERIOD OF SITE AVAILABILITY: Site offerors should be prepared to make their sites available via assignable purchase option or donation option through April 2018; as well, the Government would possess extension rights for an additional six-month period. As noted above, the Government reserves the right to obtain purchase option or donation option rights to one or more (or none) of the offered sites. FUTURE DEVELOPER COMPETITION INVOLVING SITE(S) SOLICITED BY REOI: If GSA decides to move forward with an exchange transaction, GSA anticipates that successful REOI proposed sites, in addition to Federally-owned sites (if appropriate), will be identified and specified in a future RFQ and RFP for the development of a new DOL Headquarters Building. Entities submitting sites for consideration in response to this REOI would, if identified, be required to enter into a site donation or assignable purchase option agreement with GSA (privately held sites on which the landowner wishes to retain exclusive development rights must respond to this REOI but would not be required to enter into a purchase option agreement). Exchange Transaction: Once the exchange partner has completed construction of a new DOL Headquarters Building upon the selected site and the Government has accepted the new DOL Headquarters Building, GSA will convey title for FPB to the exchange partner via quitclaim deed. GSA OBLIGATION: GSA reserves the right, at its sole discretion, without any liability, to accept or reject any or all of the REOI responses. This REOI shall not be construed in any manner to create an obligation on the part of GSA to enter into any agreement, nor to implement any of the actions contemplated herein, nor to serve as the basis for any claim whatsoever for reimbursement of costs for efforts expended in preparing a response or participating in the selection process. SUBMISSION INSTRUCTIONS: Expressions of Interest may be submitted by site owners or their agents. In the case of an agent, the EOI must be accompanied by documentary evidence of the agent's authority to make a site offer on behalf of the owner. EOIs should be submitted in letter form. EOIs must provide, at a minimum, site address or location, contact information and e-mail address of the Owner of the Site and Owner's Representative, and include an accurate description and sketch of the site offered. EOIs should also provide as much of the following documentation as is available: •Proof of ownership and ability to transfer the site to the Government; •Any available documentation which demonstrates that the site meets the minimum requirements set forth above and which addresses the Additional Criteria set forth above; •Any available documentation which describes any site or off-site infrastructure required for development of the site; •Any available documentation of any existing or currently planned site or off-site infrastructure that may benefit development of the site; •Available surveys, topographic maps, or other documents that identify, describe, or provide concise, salient detail related to the site, including legal descriptions, title reports, easements, encumbrances and environmental conditions; •Information on underground storage tanks or utilities locations; or any zoning, public use or land use approvals secured; and •Statement of the consideration, if any, required by the owner for the conveyance of the site. EOIs must be received on or before January 27, 2016 by 5:00 pm (EST). Electronic submissions are acceptable to email addresses stated below. If providing hard copy responses, please submit three copies to: Sara Towner, Asset Manager Richard Sedwick, Asset Manager General Services Administration 301 7th Street SW Room 7600 Washington, DC 20407 sara.towner@gsa.gov richard.sedwick@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PQ/15DOLFPB/listing.html)
 
Record
SN04001659-W 20160128/160126234805-9f331e9262ed9b0b777727d5f5fa79d6 (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.