General Services Administration (GSA) seeks to lease space in Panama City, FL
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159408818586812 |
Posted Date: | Sep 19, 2022 |
Due Date: | Oct 14, 2022 |
Solicitation No: | 1FL2508 |
Source: | https://sam.gov/opp/c6321363a6... |
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 (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Sep 19, 2022 12:47 pm EDT
- Original Response Date: Oct 14, 2022 05:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 22, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531 - Real Estate
-
Place of Performance:
Panama City , FLUSA
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State:
Florida
City:
Panama City
Delineated Area:
North: Hwy 388
East: Florida 77
South to Route 231 to Harrison Ave
South: Route 30 to Route 98
West: Route 79
Minimum Sq. Ft. (ABOA):
7,551
Maximum Sq. Ft. (ABOA):
7,928 [H3] [JM4]
Space Type:
Office
Parking Spaces (Total):
14 parking spaces must be available on-site for government vehicles (secured and surface per breakdown below)
Parking Spaces (Surface):
5 (outside)
Parking Spaces (Structured):
9 (inside or fenced)
Full Term:
15
Firm Term:
10
Option Term:
Additional Requirements:
The awarded location will be occupied by a law enforcement agency with Level III security requirements as defined by the latest ISC pronouncement. Each offered location will be assessed by Agency security personnel and site specific security requirements may be developed to be included with any offer for that location.
Offered space must be continguous, and may be located on not more than two (2) contiguous floors. Ground floor or lower floors are preferred.
The following special requirements will apply for this solicitation 1) If offering is a multi-floor building, a minimum of 700 sf (for sally port) and 1,512 sf (processing area) 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.[
A total of 14 parking spaces comprised of 5 surface and 9 secured parking spaces that must be available on-site and directly accessible to the government controlled space. Including in the total parking required are spaces for approximately 1 oversized vehichles requiring minimum 10’ clearance and up to 30’ long spaces.
Must be able to provide a secondary emergency exit off of the property
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.
This offered facility must be considered professional with modern construction.
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.
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 Due:
10/ 14/2022
Market Survey (Estimated):
TBD
Occupancy (Estimated):
10/1/2023
Send Expressions of Interest to:
Name/Title:
Melissa Hein
Office:
212-326-1064
Email Address:
Melissa.Hein@gsa.gov
Government Contact Information
Lease Contracting Officer (LCO)
Millie (Milagros) L Lemus
milagros.toro@gsa.gov
- CENTER FOR BROKER SERVICES 1800 F STS NW
- WASHINGTON , DC 20405
- USA
- Melissa Hein
- melissa.hein@gsa.gov
- Phone Number 2123261064
- Fax Number 2123261034
- Sep 19, 2022 12:47 pm EDTPresolicitation (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.