Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
MODIFICATION

X -- UNITED STATES GOVERNMENT SEEKS TO LEASE OFFICE, WAREHOUSE, AND LABORATORY SPACE IN HATO REY, PR

Notice Date
4/30/2025 2:15:02 PM
 
Notice Type
Solicitation
 
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
2PR0074
 
Response Due
5/29/2025 2:00:00 PM
 
Archive Date
06/13/2025
 
Point of Contact
Matt Bartlett, Phone: 7038526208, Eduardo Vidal, Phone: 2123064929
 
E-Mail Address
matthew.bartlett@gsa.gov, eduardo.vidal@gsa.gov
(matthew.bartlett@gsa.gov, eduardo.vidal@gsa.gov)
 
Description
General Services Administration (GSA) seeks to lease the following space: State: Puerto Rico City: Hato Rey Delineated Area: North: De Diego Ave with SR22 (Express Jose De Diego and Highway 18) east to Calle Calaf continue east until intersection with SR25 (Ave. Ponce de Leon) East: Continue SR25 south until intersection with SR17 (Ave. Jesus T Pinero) west South: SR17 west until intersection with De Diego Ave, north West: Highway 18 (Las America Expressway) to Calaf Minimum Sq. Ft. (ABOA): 23,588 ABOA SF Maximum Sq. Ft. (ABOA): 24,174 ABOA SF Space Type: Office, Warehouse, and Laboratory Parking Spaces (Total): 173 spaces Parking Spaces: 30 onsite, reserved spaces for Government Owned Vehicles (GOVs). The location of these spaces must provide protection from inclement weather. 143 parking spaces made available in the same location, either onsite or immediately adjacent to the offered Premises. Full Term: 10 Years Firm Term: 5 Years Option Term: N/A Additional Requirements: General office space must have a ceiling height of a minimum 9�-0� AFF. Ceiling Heights in the MDF, IDF or other equipment rooms shall be a minimum of 9�-0� clear and have sufficient space above the ceiling for independent HVAC units, ducting, cable trays, or other necessary devices. A minimum ceiling height of 12� is required in warehouse areas For effective space utilization, a minimum of 20�-0� o.c. between structural elements (columns, core, curtain wall, etc.) is required. For most efficient office layouts on window walls, mullion spacing of 5�-0� o.c. is preferred. Contiguous space is preferred. If all space cannot be contiguous, and space is on more than one floor, adjacent floors are required. Non-Contiguous space must consist of no more than six (6) blocks of space meeting the following ANSI BOMA square footage range requirements. Block 1 - 1,078 - 1,132 Block 2 - 5,849 - 6,141 Block 3 - 5,115 - 5,371 Block 4 - 3,331 - 3,498 The preference for the following two block(s) of space is to be located on the first floor and can either be collocated or at a minimum be contiguous to each other. Block 5 - 4,186 - 4,341 Block 6 - 4,029 - 4,231 The Government will utilize fiber optic and/or copper twisted pair cabling for backbone services. Offered premises must provide at least one (1) Internet/Telecom service provider, two (2) are preferred with connections terminating directly inside secured Telecommunications Room (MDF). The offered space must have a full load generator or capacity to add a full load generator to allow the continued agency operation. To demonstrate the potential for efficient layout, Offerors will be required to provide a test fit layout, at the Offeror's expense, demonstrating that the government's requirement can be efficiently accommodated within the space offered. Public Transportation should preferably be within approximately 0.5 miles or 10 minutes walking distance. A building loading area is required. A building cistern system is required Subleases are not acceptable. 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. Offers Due: May 29, 2025, 5:00 pm EDT Occupancy (Estimated): September 30, 2026 Submit Offers to: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website. Solicitation Number: 2PR0074 Government Contact Information (Not for Offer Submission) Role: Lease Contracting Officer Name: Eduardo Vidal Phone: 212-306-4929 Email: Eduardo.Vidal@gsa.gov Role: Broker, CBRE Name: Matt Bartlett Phone: 703-852-6208 Email: Matthew.Bartlett@gsa.gov Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aded0702799f483f8d3885b23dd7f4a3/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN07425876-F 20250502/250430230042 (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.