Florida Bids > Bid Detail

General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 9FL2399

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159957428769774
Posted Date: Oct 13, 2022
Due Date: Oct 17, 2022
Solicitation No: 9FL2399-2
Source: https://sam.gov/opp/40ddfdb7e3...
Follow
General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 9FL2399
Active
Contract Opportunity
Notice ID
9FL2399-2
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: Oct 13, 2022 11:48 am EDT
  • Original Response Date: Oct 17, 2022 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:
    Venice , FL
    USA
Description









Advertisement GSA Public Buildings Service



U.S. GOVERNMENT





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





State:



Florida



City:



Venice



Required Sq. Ft. (ABOA):



5,551



Space Type:



Office



Total Parking Spaces (Surface/Structured):



Per applicable code



Full Term:



15 Years



Firm Term:



10 Years



Additional Requirements:





Building/Space Layout:






  • Space shall be located in a modern quality building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space with modern conveniences.

  • 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 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.

  • ABOA SF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code.

  • Offered building must allow roof top rights for antennas.

  • Security Standard Level II and ALL security requirements and approvals are to be determined by GSA.

  • A fully serviced lease is required.

  • Normal Hours of Operation: 7:00 AM – 5:00 PM M-F; offered space must be accessible 24/7.

  • Offered space shall not be collocated in buildings or areas that handle, store or ship hazardous materials.

  • Offered space shall be contiguous in one (1) single block located on one floor, and all space must be contiguous.

  • All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration.

  • Building must be able to accommodate heavy visitor access.

  • Space must meet the Government requirements for Security, Fire Life Safety, and Handicapped Accessibility.

  • The building must be able to comply with the Architectural Barriers Act Accessibility Standards (ABAAS) and meet certain security requirements as set forth in the Interagency Security Committee Standards and the Department of Justice Security Standards.

  • Offered buildings and offered space will be evaluated by agency security team.

  • 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.

  • Daytime cleaning is required.





Location:






  • GSA will only consider existing buildings for this procurement.

  • Building should have no history of prior heavy industrial use such as large dry-cleaning operations, gas stations, and industrial facilities. The space should not be located immediately adjacent to railroad tracks. Buildings containing warehouse, residential, or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be acceptable.

  • The space shall be located not more than the equivalent of ¼ mile from a primary or secondary street serving the office.

  • The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require multiple turns will not be considered.

  • Buildings located near bars, nightclubs, and liquor stores will not be considered.

  • Locations near dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or smells detectable within the officer space will not be considered.

















Other:






  • Entities must comply 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.





Not all minimum requirements are reflected in this advertisement. Offered space must meet all Government requirements contained in the RLP/Lease to be issued, including, but no limited to, the Agency Specific Requirements and Facility Security Level II requirements by the occupancy date per the terms of the Lease.







Expression of Interest Submission Instructions/Requirements:



Please 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. FEMA map evidencing that the property lies outside the 100-year floodplain;

  10. A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes;

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

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

  13. Confirmation that the property offered meets the requirements outlined under section 889 of the National Defense Authorization Act (NDAA).







Delineated Area:





Submitted properties must be located within the delineated area, which is bounded by the following roads. (Properties fronting any of the below roads are considered to be within the delineated area.)





North: Laurel Rd East to I-75



South: S. Tamiami Trail



East: Jackson Rd to Rockley Blvd



West: S. Tamiami Trail to Airport Ave to Harbor Dr S. to W. Venice Ave to Tamiami Trail





A map of the delineated area is provided for further clarification of the boundaries:









Expressions of Interest Due:



October 17, 2022



Occupancy (Estimated):



November 1, 2023







Send Expressions of Interest to:



Name/Title:



Ed Brennan, GSA Broker Representative





Sam Dyson, GSA Broker Representative



Address:



2445 M St NW, Suite 510



Washington, D.C. 20037



Office/Fax:



202-253-4100/571-289-3915



Email Address:



edward.brennan@gsa.gov



samuel.dyson@gsa.gov





Government Contact Information:



Lease Contracting Officer



Keitra Harris, General Services Administration



Broker



Ed Brennan, 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
  • Oct 13, 2022 11:48 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 >