Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2025 SAM #8488
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2402

Notice Date
2/20/2025 11:23:10 AM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R00 CENTER FOR BROKER SERVICES WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
9MD2402-2
 
Response Due
3/7/2025 2:00:00 PM
 
Archive Date
03/22/2025
 
Point of Contact
Brad Seifert, Phone: 2026524192, Hunter Powell, Phone: 5043017139
 
E-Mail Address
bradford.seifert@gsa.gov, hunter.powell@gsa.gov
(bradford.seifert@gsa.gov, hunter.powell@gsa.gov)
 
Description
Presolicitation Notice/Advertisement GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Maryland City: Hyattsville Delineated Area: North: I-495 East: I-495 South: I-495 West: I-295/Kenilworth Avenue Minimum Sq. Ft. (ABOA): 123,123 ABOA SF Maximum Sq. Ft. (ABOA): 123,123 ABOA SF (approximately 106,120 SF of warehouse space and 17,003 SF of office space) Space Type: Warehouse, office & related space. Parking Spaces (Total): 6 Parking Spaces (Surface): 6 Parking Spaces (Secured): 0 Parking Spaces (Reserved): 0 Full Term: 20 Years Firm Term: 10 Years Option Term: 10-year Renewal Term Additional Requirements: Ground floor, contiguous space is required. Gate access and fenced perimeter is required. Ceiling height of 8�-0� clear height for office and 22�0� clear height for warehouse is required. For effective space utilization, a minimum of 18�0� between structural elements is preferred but not required. Floor loads are required to be a minimum of 200 pounds PSF. Approximately 17,003 ABOA SF of office space, 106,120 ABOA SF of warehouse space is required. Offered building must have three (3) loading docks 13� 10� height and 21� width or other loading areas that meet agency requirements. Offered building must have two (2) drive-in bays, one (1) with a dock leveler. Loading Dock(s) & Bay(s) must accommodate 56�0� trucks. The loading area at all loading docks must be paved or concrete and able to accommodate turning radius for tow or flatbed trucks to bring damaged vehicles into premises. The Contracting Officer may require that the offeror demonstrate ability for trucks to successfully maneuver the loading area through a truck turning radius diagram on a site plan. Offered building must have sufficient parking on site or in the vicinity to accommodate up to 40 spaces for employees. Space must be able to accommodate a telecommunications room/main distribution facility (TR/MDF) that can service the entire suite. 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. This procurement will be subject to all the rules, regulations, conditions, and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this pre solicitation notice. The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this notification. At this time, the Government is only considering existing buildings. New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than March 7, 2025 by 5:00 PM Eastern Time, and should include the following information at a minimum: Building name, age, and address? Location of space in the building and date of availability? ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built out, and if so for whom); Date the building will be ready to begin constructing tenant improvements; Scaled floor plans (as-built) identifying offered space? Estimated rental rate per ABOA and rentable square foot (RSF), inclusive of a standard GSA �warm- lit shell�, for non-incumbent buildings include a tenant improvement allowance (TIA) of $9.8260/ABOA SF for the warehouse space and $49.13/ABOASF for the office space only and a BSAC allowance of $6.00/ABOASF. A description of additional tenant concessions offered, if any; Information on building ownership; and 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. Expressions of Interest Due: March 7, 2025 Market Survey (Estimated): March 2025 Occupancy (Estimated): December 2026 Send Expressions of Interest to: Name/Title: Brad Seifert Address: 2445 M Street NW, Suite 510, Washington, DC 20037 Office: (202) 652-4192 Email Address: Bradford.Seifert@gsa.gov And to: Name/Title: Hunter Powell/Broker Contractor Address: 2445 M Street, NW, Suite 510, Washington, DC 20037 Office: (504) 301-7139 Email Address: Hunter.powell@gsa.gov Government Contact Information Lease Contracting Officer: Glenn Harvey Lease Contracting Officer: Jason R. Adams Leasing Specialist: Cheremie Frisby-Spencer Broker: Public Properties
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f4b42a166f343068519fb8e2f86607b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07348093-F 20250222/250220230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.