Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

X -- US GOVERNMENT SEEKS TO LEASE SPACE IN TILLAMOOK, OR

Notice Date
7/6/2020 2:23:20 PM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
8OR2280
 
Response Due
7/31/2020 4:00:00 PM
 
Archive Date
07/05/2021
 
Point of Contact
Mark Carnese, Senior Director, Phone: 503-279-1764, Dana McNeil, Senior Transaction Manager, Phone: 5032418627
 
E-Mail Address
mark.carnese@gsa.gov, Dana.Mcneil@gsa.gov
(mark.carnese@gsa.gov, Dana.Mcneil@gsa.gov)
 
Description
U.S. GOVERNMENT 8OR2280 General Services Administration (GSA) seeks to lease the following space: State: OR City: Tillamook Delineated Area: Commencing at the intersection of Hwy 6 and 3rd Ave, south on Hwy 101, to east on S. Prairie Rd, north to Brickyard Rd, north to Long Prairie Road to north Trask River Rd, to north Olsen Rd, to Hwy 6 west to intersection of Hwy 6 and 3rd Street. Minimum Sq. Ft. (ABOA): 5,464 office / 6,631 warehouse / 14,750 wareyard Maximum Sq. Ft. (ABOA): 5,752 office / 6,980 warehouse / 14,750 wareyard Space Type: Office, warehouse, wareyard Parking Spaces (Total): See wareyard requirements below Parking Spaces (Surface): See wareyard requirements below Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 20 Years Firm Term: 20 Years Option Term: n/a Additional Requirements: See below Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.� A modified gross lease is required.� Offered space shall not be in the 100 or 500 year flood plain. PARKING REQUIREMENTS Office: Thirty seven (37) � 10� x 20� vehicle parking spaces, ABAAS accessible parking spaces as required by code. Parking required to be a maximum of walkable 1/8 mile from building, if not available onsite. Wareyard: Twenty three (23) � 10� � 20� parking spaces for Government vehicles. WAREYARD REQUIREMENTS Wareyard shall be secured by an 8� high fence including a top rail and topped by 3 strands of barb wire cantilevered out at a 45 degree angle. Chain link fence to be a minimum of 9 gauge wire and all material to be hot dipped galvanized metal. If new fencing is required, cost to be considered shell. Access to the wareyard area will be achieved by two means of convenient ingress and egress capable of providing sufficient maneuvering radius to accommodate standard semi-trucks with a fifty-three (53) foot trailer. One-way design for service traffic is preferred in order to avoid the need for large turning areas. Wareyard paving shall be designed in accordance with all geotechnical recommendations based on existing soil conditions and anticipated trip counts and vehicle loads. Lessor shall provide and install a level fifteen (15) by twenty (20) foot concrete pad to support a flammable storage shed to be provided and installed by the Government. Adequate snow removal storage area shall be located within the wareyard. Snow removal storage shall be identified on the site plan and is over and above the BLM minimum requirement. OFFICE AND WAREHOUSE REQUIREMENTS Within the office, ceiling height is to be minimum 9�0� measured from the finished floor to the lowest obstruction. Conference room ceiling height required to be a minimum of 9�0� measured from the finished floor to the lowest obstruction. Within the warehouse, ceiling height is required to be a minimum of 16�0� measured from finished floor to lowest obstruction. For each bay the Lessor is to provide and install a sectional overhead warehouse door as a shell expense. Provide and install sectional overhead doors at bay entrance. Column spacing within the office space shall not impede the government�s efficient layout of agency provided systems furniture. The column spacing within the warehouse shall not impede with the efficiency of bay and work areas. OTHER REQUIREMENTS Offered buildings or sites should not be located adjacent to schools, residential areas, prisons/jails, heavy industrial areas (light industrial or flex space areas are acceptable), or any operations causing excessive odors or noise. Office space must be located on the ground floor. Warehouse preferred to be attached to office. If not achievable, warehouse must be located on the proposed site plan. All warehouse overhead doors shall open directly to the wareyard area. Property must be capable of sending and receiving transmissions from Mt. Hebo. The government shall determine if strength is adequate through on-site inspection. Site must have underground city utilities. Site must have immediate and safe access to principal and minor arterial roads. Site must provide public visibility and easy access to arterials that service public lands and other major arterials in the area. 24/7 access to the site is required. Separate metering is required. The Government will pay for all electrical and gas utilities directly to the utility companies throughout the term of the lease. The Lessor shall provide all square feet required for site drainage swales and detention ponds. This square footage shall be over and above the BLM minimum requirements.� In areas subject to heavy snowfall the Lessor shall ensure employees, visitors, and pedestrians are safe from snow falling on the roof. All windows shall be, or be made to be, non-operable. The offeror shall be able to meet the government�s energy efficiency and design standards. Expressions of Interest Due: July 31st, 2020 Market Survey (Estimated): TBD Occupancy (Estimated): TBD Expressions of interest must include the following information: Building/site name, address, and location of the available space within the building/site; Rentable square feet available and expected rental rate per rentable square foot (for each space type; office and warehouse), showing the rent broken into shell rent and operating expense rent; ANSI/BOMA office area (ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced but excluding utilities for the following: electricity/gas. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any) Date of space availability; Building ownership information; Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of required Government parking (if any) Energy efficiency and renewal energy features existing within the building; List of building services provided; One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans and proposed space, or proposed site layout Name, address, telephone number, and email address of authorized contact� In cases where an agent is representing multiple ownership entities, written acknowledgement; Your letter must include the RLP # listed above and be emailed or mailed to the primary point of contact Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to this advertisement. Send Expressions of Interest to: Name/Title: Mark Carnese, Senior Director Address: Cushman and Wakefield 200 SW Market Street, Ste 200 Portland, OR 97201 Office/Fax: 503-279-1764 Email Address: mark.carnese@cushwake.com Government Contact Information Lease Contracting Officer Frances Manning, GSA Broker Dana McNeil, Cushman and Wakefield Broker Mark Carnese, Cushman and Wakefield
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf2d439397dd402c90b5c299a5d9fe14/view)
 
Place of Performance
Address: Portland, OR 97201, USA
Zip Code: 97201
Country: USA
 
Record
SN05711995-F 20200708/200706230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.