Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-26 09:11:00
United States SAM

General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9VA2734

Process Number 9VA2734

USA

Dates:


Notice ID:

9VA2734

Department/Ind. Agency:

GENERAL SERVICES ADMINISTRATION

Sub-tier:

GENERAL SERVICES ADMINISTRATION

Sub Command:

PBS CENTRAL OFFICE - BROKER SVCS

Office:

PBS CENTRAL OFFICE - BROKER SVCS

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Oct 26, 2021 10:09 am EDT

Original Published Date:

2021-10-26 09:11:00

Updated Response Date:

Nov 09, 2021 05:00 pm EST

Original Response Date:

Nov 16, 2021 05:00 pm EST

Inactive Policy:

15 days after response date

Updated Inactive Date:

Nov 24, 2021

Original Inactive Date:

Dec 01, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

X1AA - LEASE/RENTAL OF OFFICE BUILDINGS

NAICS Code:

531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)

Description:


Original Set Aside:

Advertisement GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia City: Lorton Delineated Area: North: Fairfax Parkway West: I-66 South: Prince William Parkway East: US 1 Minimum Sq. Ft. (ABOA): 19,728 ABOA SF Maximum Sq. Ft. (ABOA): 19,728 ABOA SF Space Type: Warehouse & related space. Parking Spaces (Total): 15 Parking Spaces (Surface/Structured): 15 Parking Spaces (Reserved): 15 Full Term: 15 Years Firm Term: 10 Years Option Term: N/A Additional Requirements: Ground level, contiguous space, is required. Ceiling height of 8’0” clear height for office and 22’0” to 24’0” clear height for warehouse is required. For effective space utilization, a minimum of 24’0” between structural elements is preferred but not required. Approximately 682 ABOA SF of office space, 18,511 ABOA SF of warehouse space, and 535 ABOA SF of related space is required. Offered building must have three (3) loading docks or other loading areas that meet agency requirements. The loading area at all loading docks must be paved and able to accommodate turning radius of 53’ truck trailers. The Contracting Officer may require that the offeror demonstrate ability for trucks to successfully maneuver the loading area through a truck turning radius diagram on a site plan. Space must be able to accommodate a telecommunications room/main distribution room (TR/MDF) that can service the entire suite. Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire and life safety, security, accessibility, seismic, energy, 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. This procurement will be subject to all the rules, regulations, conditions, and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this advertisement. At this time, the Government is only considering existing buildings. New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than November 9, 2021, by 5:00 PM Eastern Time, and should include the following information at a minimum: Building name, age, and address; Location of space in the building and date of availability; ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom); Date the building will be ready to begin constructing tenant improvements; Scaled floor plans (as-built) identifying offered space; Estimated rental rate per ABOA and rentable square foot, fully serviced and inclusive of a tenant improvement allowance of $13.16/ABOA SF; A description of additional tenant concessions offered, if any; Information on building ownership; and Name, address, telephone number, and email address of authorized contact. 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. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. Expressions of Interest Due: November 9, 2021 Market Survey (Estimated): November/December, 2021 Occupancy (Estimated): August 1, 2023 Send Expressions of Interest to: Name: Brad Seifert Address: 1010 Wisconsin Avenue, NW, Suite 650, Washington, DC 20007 Office: (202) 652-4192 Email Address: Bradford.Seifert@gsa.gov And to: Name: Hunter Powell Address: 1010 Wisconsin Avenue, NW, Suite 650, Washington, DC 20007 Office: (202) 652-2647 Email Address: Hunter.Powell@gsa.gov Government Contact Information Lease Contracting Officer: Joel T. Berelson Leasing Specialist: Alexandrea Williams Broker: Public Properties

Attachments / Links:


Document Size Updated date Download

Contact Information:


CENTER FOR BROKER SERVICES 1800 F STS NW

WASHINGTON , DC 20405

USA

Primary Point of Contacts:

Brad Seifert

Secondary Point of Contact:

Hunter Powell