US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN PEARL, MISSISSIPPI
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: MS City: Pearl Delineated Area: Start North on Lakeland Drive going North East to 471; take 471 south t... U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: MS City: Pearl Delineated Area: Start North on Lakeland Drive going North East to 471; take 471 south to Coon Hunters Road; East on Coon Hunters Road to Pilgrim Rest Dr; turn right onto Trickham Bridge Road heading south; turn right on Shilo Road heading West to Louis Wilson Drive; turn left onto Wilson Drive heading south to Sanctuary Drive; turn right on Sanctuary Drive to Old lake Road; turn left on Star Road heading South; turn left on Bethel Road heading East to Bethel Churd Road; turn left onto Bethel Church Road to 468 (Whitfield Road); turn left onto 468 (Whitfield Road) to I20; head east on I20 to Route 49; head north on Route 49 to 468 ( Flowood Drive); head north on Route 468 to Treetops Blvd; turn left onto Treetops Blvd; head north on Treetops Blvd to Lakeland Drive. End See attachment for map Minimum Sq. Ft. (ABOA): 15,782 ABOASF Maximum Sq. Ft. (ABOA): 15,782 ABOASF Space Type: Office Parking Spaces (Total): 0 Parking Spaces (Surface): 51 Parking Spaces (Structured): 17 Parking Spaces (Reserved): 0 Full Term: 15 Years Firm Term: 15 Years Option Term: 0 Additional Requirements: Offered space may be located on not more than four (4) contiguous floors. Ground floor or lower floors are preferred.Space shall be located 1) in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; OR 2) on an attractively-landscaped site containing one or more modern office buildings that are professional and prestigious in appearance with the surrounding development well-maintained and in consonance with a professional image. Location should not have as its only vehicular access point a route that passes beneath an overpass, bridge, elevated ramp, or railroad track, or crosses a railroad track. The following special requirements will apply for this solicitation 1) If offering is a multi-floor building, a minimum of 2,500 sf ground floor space is necessary for detainee processing 2) Proposed building and site layout must have the ability to provide or construct an enclosed, secure "sally port", used for detainee transportation. Sally port must have dedicated entrance into ground floor space (mentioned in item 1), 3) If offering is a multi-tenant building, a dedicated elevator is required for agency use. 4) Space must be in contiguous layout, and on contiguous floors if offering is multi-floor 3) 4) minimum of 20' setback measured from building facade to any point of vehicular access is required and shall have the ability to secure with physical restraints such as bollards, fences, or walls. The parking-to-square-foot ratio available on site shall at least meet current local code requirements, or, in the absence of a local code requirement, on-site parking shall be available at a ratio of one (1) space for every 150 RSF of Space. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year. Agency cannot be collocated with other Federal, State, local government agencies or private firms who provide daycare services, abortion services, mental health services, drug rehabilitations services, probation services, public defender services, and/or social services. Buildings offered may be eliminated that are located within 1,000 lineal feet of schools, daycare centers, residential zoning/concentration, hotels, or areas of high civilian activity or vulnerability. Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, may be eliminated from consideration. The site shall be easily accessible by main thoroughfare but inconspicuous or discreet to public and traffic. Preference will be given to locations that are within short driving distance to concessions and other professional business offerings. Adequate eating facilities shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles, as determined by the LCO. Other employee services, such as retail shops, cleaners, and banks, shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles as determined by the LCO. Amenities must be existing or Offeror must demonstrate to the Government’s reasonable satisfaction that such amenities will exist by the Government’s required occupancy date. Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action. 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. Action: for fbo postings, insert the following language only for potential sole source succeeding lease actions. Delete for procurement summary page. do not use for full and open procurements. note that any figures used for a cost benefit analysis (CBA) must be supportable. Consideration of “non-productive agency downtime” in a CBA should be rare. Action: For FBO postings, delete “offers due;” for procurement summary, keep “offers due” and delete “(estimated)” from dates. Expressions of Interest Due: By 5PM EST on July 19, 2019 (Please reference Project #8MS2104 with your submission) Market Survey (Estimated): July/August 2019 Offers Due: August 2019 Occupancy (Estimated): May 2021 Please reference Project Number 8MS2104 when submitting Expressions of Interest. If known, please include the information below. 1. Building name, address and location of the available space within the building. 2. Rentable Square Feet (RSF) available and expected full service rental rate per RSF. 3. ANSI/BOMA Office Area (ABOA) Square Feet (SF) to be offered. 4. Date of space availability. 5. Building ownership information. 6. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any). 7. List of building services provided. 8. If known, energy efficiency and renewable energy features existing within the building. 9. If known, building, space and parking accessibility in compliance with ABAAS. 10. If known, building, space and parking compliance with fire and life safety and seismic requirements.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »