United States Government seeks to lease office space and related space in Washington, D.C.
U.S. GOVERNMENT The U.S. General Services Administration (GSA) seeks to lease the following space: State: District of Columbia City: Washington Delineated Area: - Northern Boundary: K St NW to Mount V... U.S. GOVERNMENT The U.S. General Services Administration (GSA) seeks to lease the following space: State: District of Columbia City: Washington Delineated Area: - Northern Boundary: K St NW to Mount Vernon Pl NW to New York Ave NW to Florida Ave NE - Eastern Boundary: 6th St NE - Southern Boundary: Constitution Ave NW - Western Boundary: 15th St NW Sq. Ft. (ABOA) Minimum: 12,585 Maximum Sq. Ft. (RSF): 14,473 Space Type: Office and related space suitable for childcare use Parking : 0 reserved spaces for official Government vehicles Full Term: 15 years Firm Term: 15 years Option Term: 5 years Additional Requirements: The offered building must have the ability to accommodate Interagency Security Committee (ISC) Level 3 Security Requirements. Offered space must have ground/first floor egress. Offered space must be contiguous and be accommodated in no more than one (1) building. The offered building must be within 2640 walkable linear feet of a Metrorail station; Co-tenancy restrictions which will be determined on case by case basis The Government is considering whether to remain in its existing space in Washington, DC, or to relocate to alternative space. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs associated with moving. These costs include, but are not limited to, physical move costs, replication of tenant improvements and telecommunications and security infrastructure. The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide specific rental rate or other required information as part of its response to this advertisement, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements. Subleases will not be considered. The Government intends to use this information from prospective sources to issue a Request for Lease Proposal (RLP). 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. Not all minimum requirements are reflected in this advertisement. Expressions of Interest must be received in writing no later than May 16, 2019 at 5:00 PM, and must include the following information at a minimum: 1. Building name, address and age; 2. Location of space in the building and date of availability; 3. ANSI/BOMA Office Area Square Feet (ABOA SF) offered; 4. Rentable Square Feet (RSF) offered and rate per RSF; 5. Full service rental rate per ABOA SF inclusive of a minimum Tenant Improvement Allowance (TIA) of $46.74 per ABOA SF and a Building Specific Amortized Capital (BSAC) or $25.00 per ABOA SF, meeting GSA’s standard building shell requirements. The Government TIA minimum requirement may increase to $187.49 per ABOA SF; 6. Scaled floor plans (as-built) identifying offered space; 7. Date the building will be ready for tenant improvements; 8. List of current tenants located within the building; 9. Information on project and building ownership; and 10. 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. Projected Dates: Expressions of Interest Due: May 24, 2019 Market Survey (Estimated): Late May 2019 Initial Offers Due (Estimated) July 2019 Occupancy (Estimated): November 2020 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the offices and employees of the General Services Administration (GSA) or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to: Jones Lang LaSalle Attn: Angela Foster 2020 K Street, NW, Suite 1100 Washington, DC 20006 (202) 719-5817 Angela.Foster@am.jll.com, With a copy to Joe.Judge@am.jll.com A copy shall be sent to: GSA National Capital Region Office of Portfolio Management and Real Estate Attn: Sean McNeal 301 7th Street, SW, Suite 3660 Washington, DC 20407 Sean.McNeal@gsa.gov With a copy to Gregory.Otten@gsa.gov Please reference Project Number 8DC2609. Contracting Office Address: 301 7th Street, SW Washington, DC 20407 Primary Point of Contact: Angela Foster GSA Broker Representative Jones Lang LaSalle Angela.Foster@am.jll.com Secondary Point of Contact Joe Judge GSA Broker Representative Jones Lang LaSalle Joe.Judge@am.jll.com
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »