Florida Bids > Bid Detail

General Services Administration (GSA) seeks to lease the following space:

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159675135657855
Posted Date: Apr 25, 2023
Due Date: May 16, 2023
Solicitation No: 1FL2472
Source: https://sam.gov/opp/327eab479d...
Follow
General Services Administration (GSA) seeks to lease the following space:
Active
Contract Opportunity
Notice ID
1FL2472
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2023 10:13 am EDT
  • Original Response Date: May 16, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Gainesville , FL
    USA
Description

U.S. GOVERNMENT



General Services Administration (GSA) seeks to lease the following space:



State: Florida



City: Gainesville



Delineated Area:



North: NW 53rd Ave/SR 232



South: E. University Ave./W. University Ave.



East: NE Waldo Road (SR 24)



West: NW 43rd Street



Minimum Sq. Ft. (ABOA):10,446 SF



Maximum Sq. Ft. (ABOA):10,446 SF



Space Type: office



Parking Spaces (Total): 52 Surface parking spaces



Full Term: 10 years



Firm Term: 5 Years



Option Term: N/A



Additional Requirements:




  • Locations which have obscure, difficult access or which require multiple turns shall not be considered;

  • Contiguous space on a single floor is required;

  • 1st floor space is preferred;

  • If space offered is above the ground floor, a minimum of two accessible elevators must serve the proposed floor. One of the accessible elevators may be a freight elevator;

  • Space should allow for an efficient layout and office workflow. Space must provide maximum flexibility for systems furniture placement with few or no columns or other building or architectural obstructions. Space should have a few curves or major offsets and must have large open areas to allow maximum design flexibility. Architectural features should not cause an inefficient use of space;

  • Space requiring ramps inside the office will not be acceptable. Any structural columns must be at least 20 feet from any interior wall and from each other (clear distance) and be no more than 2 feet square;

  • Ceilings shall be at a minimum 9 feet an 0 inches and no more than 12 feet and 0 inches measured from floor to the lowest obstruction. Areas with raised flooring shall maintain these ceiling heigh limitations above the finished raised flooring;

  • Offered property cannot be located adjacent to railroad tracks.

  • Offered building must be located within a drivable 1-mile radius of a variety of amenities

  • Other typical and special requirements as called for in the Request for Lease proposals.



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.



Expressions of Interest Due: May 16, 2023



Market Survey (Estimated): June 2023



Occupancy (Estimated): May 2024



Expressions of Interest Instructions/Requirements:



Pease provide the following basic information and descriptions pertaining to the building you propose for consideration.



All submissions should include the following information:




  1. Name of owner;

  2. Age of Building;

  3. Total existing gross square feet, and gross square feet per floor;

  4. Site plan depicting the building and parking;

  5. Floor plan and gross square footage of proposed space;

  6. Identification of on-site parking;

  7. Address or described location of building;

  8. Location on map demonstrating the building lies within the delineated area;

  9. Location on map describing proximity of the building to nearest bus and/or train stop, and major transportation routes;

  10. Evidence of ownership, if building submitted by owner. Non-Owners (e.g. brokers and developers) must provide evidence of authority granted by property owner to submit the property; and

  11. Any information related to title issues, easements, or restrictions on the use of the building.

  12. A description of any planned land development or construction which will affect the building including neighboring projects and road/ utility line construction.



Interested offerors (owners, brokers, or their legal representatives) shall submit specific information concerning their properties via email to the GSA's broker Public Properties no later than 5:00 pm Eastern Time on May 16, 2023; additionally, questions can be sent via email or phone.



Send Expressions of Interest to:



Name/Title: Megan Shulin and Lindsey Stegall, GSA’s Brokers



Address:



Public Properties



2445 M Street NW, Suite 510



Washington, DC 20037



Office: 904-654-7243 and 864-650-8562



Email Address: Megan.shulin@gsa.gov and lindsey.stegall@gsa.gov





Government Contact Information



Lease Contracting Officer: Millie (Milagros) Lemus, GSA



Brokers: Megan Shulin and Lindsey Stegall, Public Properties




Attachments/Links
Contact Information
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 25, 2023 10:13 am 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.

Start Free Trial Today >