General Services Administration (GSA) seeks to lease the following space:
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159048245108798 |
Posted Date: | Jun 21, 2023 |
Due Date: | Jul 7, 2023 |
Solicitation No: | 2MD0437 |
Source: | https://sam.gov/opp/1ea26195c2... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Jun 21, 2023 10:56 am EDT
- Original Published Date: Jun 21, 2023 10:33 am EDT
- Updated Response Date: Jul 07, 2023 04:00 pm EDT
- Original Response Date: Jul 07, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jul 22, 2023
- Original Inactive Date: Jul 22, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
MDUSA
General Services Administration (GSA) seeks to lease the following space:
State: Maryland
City: Multiple
Delineated Area: See attached description
Minimum Sq. Ft. (ABOA): 92,275
Maximum Sq. Ft. (ABOA): 96,889
Space Type: Laboratory, Office, and Warehouse
Parking Spaces (Total): 5 on-site, reserved spaces, plus additional on-site parking per local code
Parking Spaces (Reserved): 5
Parking Spaces (Non-reserved): 0
Full Term: 20 years
Firm Term: 20 years
Option Term: N/A
Additional Requirements:
- Laboratory must be able meet BSL-3 standards and warehouse space must be fully conditioned.
- Offered building must be or have the ability to meet ISC Level 2 security requirements.
- Minimum 18’ ceiling height
- Minimum of 5 loading docks with levelers
- Minimum floor load of 250 lbs per square foot
- Minimum column spacing of 40’ X 40’
- Approximately 4,688 square feet of available outdoor space for a 10’ fenced and secured wareyard
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 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).
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.
The U.S. Government currently occupies laboratory, office, warehouse and related space in a building under a lease in Beltsville, MD, that will expire on March 6, 2028. The Government is considering a superseding lease for a 20 (twenty) year firm term at the current location but will consider alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease expiration.
Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.
Expressions of Interest should include the following:
1) Building name & address;
2) Contact information and e-mail address of Lessor’s Representative;
3) 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);
4) Asking rental rate per ABOA and rentable square foot, and inclusive of a standard GSA warm lit shell, a tenant improvement allowance (TIA) of $35.37/ABOA SF; and a BSAC allowance of $12 per ABOA SF;
5) A description of additional tenant concessions offered, if any;
6) Date building will be ready for commencement of tenant improvements; and
7) Evidence that the offered space will meet the other specific requirements identified herein.
Expressions of Interest Due: July 7, 2023, no later than 4:00 PM EST
Market Survey (Estimated): July 2023
Initial Offers Due (Estimated): August 2023
Occupancy (Estimated): November 2023
Send Expressions of Interest to:
Name/Title: Mett Miller, Vice Chairman, Savills Inc.
Address: 1201 F Street, NW, Suite 500, Washington, DC 20004
Office: 202-624-8517
Email Address: emmett.miller@gsa.gov
Name/Title: Bryant Porter, Managing Director, Savills Inc.
Address: 1201 F Street, NW, Suite 500, Washington, DC 20004
Office: 202-624-8515
Email Address:bryant.porter@gsa.gov
Government Contact
Lease Contracting Officer: Brandon Rowe
Broker: Mett Miller and Bryant Porter (Savills Inc.)
- CENTER FOR BROKER SERVICES 1800 F STS NW
- WASHINGTON , DC 20405
- USA
- Bryant F. Porter
- bryant.porter@gsa.gov
- Phone Number 2026248515
- Emmett Miller
- emmett.miller@gsa.gov
- Phone Number 2026248517
- Jun 21, 2023 10:56 am EDTPresolicitation (Updated)
- Jun 21, 2023 10:33 am EDT Presolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.