Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

X -- General Services Administration (GSA) seeks to lease office and related space in Tampa, FL:

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), PBS Center for Broker Services (47PA05), See procurement notice or solicitation for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
5FL0407
 
Archive Date
9/22/2018
 
Point of Contact
Jason M. Lichty, Phone: 972-739-2213, Kelly Winn, Phone: 9727392206
 
E-Mail Address
jason.lichty@gsa.gov, kelly.winn@gsa.gov
(jason.lichty@gsa.gov, kelly.winn@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:Florida City:Tampa Delineated Area:Northern Boundary is Waters Avenue Eastern Boundary is Florida Avenue Southern Boundary is Kennedy Blvd (SR60) from Florida Ave in the East to the water on the West. Western Boundary is Veteran's Express Way (SR 589) south to the water and then to a line intersecting with Kennedy Blvd. Minimum Sq. Ft. (ABOA):64,665 Maximum Sq. Ft. (ABOA):64,665 Space Type:Office Parking Spaces (Total):261 parking spaces must be available on-site for government vehicles (secured and surface per breakdown below) Parking Spaces (Surface):124 Parking Spaces (Structured):137 secured spaces Parking Spaces (Reserved): Full Term:15 Firm Term:10 Option Term: Additional Requirements:The awarded location will be occupied by a law enforcement agency with Level III security requirements as defined by the latest ISC pronouncement. Each offered location will be assessed by Agency security personnel and site specific security requirements may be developed to be included with any offer for that location. Offered space may be located on not more than four (4) contiguous floors. Ground floor or lower floors are preferred. The following special requirements will apply for this solicitation 1) If offering is a multi-floor building, a minimum of 2,500 sf ground floor space is necessary for detainee processing 2) Proposed building and site layout must have the ability to provide or construct an enclosed, secure "sally port", used for detainee transportation. Sally port must have dedicated entrance into ground floor space (mentioned in item 1), 3) If offering is a multi-tenant building, a dedicated elevator is required for agency use. 4) Space must be in contiguous layout, and on contiguous floors if offering is multi-floor 3) 4) minimum of 20' setback measured from building facade to any point of vehicular access is required and shall have the ability to secure with physical restraints such as bollards, fences, or walls. A total of 261 parking spaces comprised of 124 surface and 137 secured parking spaces that must be available on-site and directly accessible to the government controlled space. Including in the total parking required are spaces for approximately 16 oversized vehichles requiring minimum 10' clearance and up to 30' long spaces. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year. Agency cannot be collocated with other Federal, State, local government agencies or private firms who provide daycare services, abortion services, mental health services, drug rehabilitations services, probation services, public defender services, and/or social services. Buildings offered may be eliminated that are located within 1,000 lineal feet of schools, daycare centers, residential zoning/concentration, hotels, or areas of high civilian activity or vulnerability. Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, may be eliminated from consideration. This offered facility must be considered professional with modern construction. The site shall be easily accessible by main thoroughfare but inconspicuous or discreet to public and traffic. Preference will be given to locations that are within short driving distance to concessions and other professional business offerings. 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. Government may consider separately metered utilities. Expressions of Interest Due:September 7, 2018 Market Survey (Estimated):October 2018 Offers Due(Estimated): December 2018 Occupancy (Estimated):September 1, 2019 Expressions of interest must include the following information: 1.Building name and address and location of the available space within the building 2.Rentable square feet available, and expected rental rate per rentable square foot, fully serviced 3.ABOA square feet to be offered, and expected rental rate per ABOA square foot, fully service. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any. 4.Date of space availability 5.Building ownership information (evidence of ownership, or authority to offer signed by owner). 6.*Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any) 7.Energy efficiency and renewable energy features existing within the building 8.List of building services provided 9.If known, are Building, space, and parking accessibility in compliance with ABAAS? 10.If known, are Building, space, and parking compliance with fire and life safety and seismic requirements? 11.If known, are Building, space, and parking compliance with ISC and Publication 64 security standards? Send Expressions of Interest (RLP 5FL0407) to: E. Government Contact: Lease Contracting OfficerKazi S. Rizvi Lease Contracting Officer GSA/PBS/Leasing Division 7771 West Oakland Park Blvd, Suite 119 Sunrise, FL 33351 Office - 954-233-9248 Broker ContractorJason Lichty Savills Studley, Inc. 2200 Ross Avenue Suite 4800E Dallas, TX 75201 Jason.lichty@gsa.gov Direct phone: 972-739-2213 Fax: 972-739-2216
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc3093698a61229c519ae15dbd1133ee)
 
Place of Performance
Address: Tampa, Tampa, Florida, United States
 
Record
SN05043939-W 20180819/180817231237-fc3093698a61229c519ae15dbd1133ee (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.