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: 2021-10-08 13:50:00
United States SAM

US GOVERNMENT SEEKS TO LEASE SPACE IN SAN BERNARDINO, CA

Process Number 9CA3109

USA

Dates:


Notice ID:

9CA3109

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-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-08 13:50:00

Original Response Date:

Oct 29, 2021 05:00 pm EDT

Inactive Policy:

15 days after response date

Original Inactive Date:

Nov 13, 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:

U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: California City: San Bernardino Delineated Area: North - 9th Street East – Tippecanoe Avenue South – I-10 Freeway West – I-215 Freeway Minimum Sq. Ft. (ABOA): 11,059 Maximum Sq. Ft. (ABOA): 12,233 Space Type: Office Parking Spaces (Total): 2 Parking Spaces (Reserved): 2 Full Term: 15 Firm Term: 10 Option Term: 2, three (3) year options Additional Requirements: Space shall be located not more than the equivalent of two city blocks from a primary or secondary street. The space must have an efficient use of space; configuration (space should be no more than twice as long as it is wide), size, number, and placement of columns (columns must be at least 20’ from any interior wall and from each other, and be no more than 2’ square). First floor or upper floor contiguous space (on one floor) with a minimum of two accessible elevators. One accessible elevator may serve as the freight elevator. Where on-site parking is not available, parking for the disabled must be located within the same block. The space shall have at least one separate employee entrance providing ingress without going through the reception area. More than one employee entrance may be required depending on the floor plan. Outside signs must be provided and mounted on the exterior wall. The sign will be of a sufficient size to be easily seen from the street. For locations with street-side marquees, an additional sign on the marquee must be provided. Space for a satellite dish must be provided on the roof. This dish shall be apprx 1.2 meters and will be mounted on the roof of the building. This dish will require an unobstructed southwestern view with a minimum elevation of 15 degrees above the horizon. 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. 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 must include the following information: • Building name and address and location of the available space within the building; • ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. 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 the required Government parking, (if any); • Energy efficiency and renewable energy features existing within the building; • List of building services provided. 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. Expressions of Interest Due: October 29th, 2021 Market Survey (Estimated): Nov/Dec 2021 Occupancy (Estimated): Nov 2024 Send Expressions of Interest to: Name/Title: John Winnek Senior Director, Cushman & Wakefield Phone: 213-629-6586 Email Address: john.winnek@gsa.gov Government Contact Information Lease Contracting Officer William Fletcher Project Manager Reshma Hingorani Broker Dana McNeil, Cushman & Wakefield John Winnek, Cushman & Wakefield

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:

John Winnek

Secondary Point of Contact:

Dana McNeil