General Services Administration (GSA) seeks to lease the following space in Wilmington, NC
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159072724162271 |
Posted Date: | Oct 5, 2023 |
Due Date: | Oct 27, 2023 |
Source: | https://sam.gov/opp/4028994d64... |
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 (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Oct 05, 2023 05:03 pm EDT
- Original Published Date: Dec 01, 2022 01:57 pm EST
- Updated Response Date: Oct 27, 2023 05:00 pm EDT
- Original Response Date: Dec 30, 2022 05:00 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Nov 11, 2023
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Wilmington , NCUSA
General Services Administration (GSA) seeks to lease the following space:
State: North Carolina
City: Wilmington
Delineated Area: see map attached
North: Wooster Street to Oleander Dr./Hwy 76
East: College Road
South: Sanders Road
West: Cape Fear River
Minimum Sq. Ft. (ABOA): 38,312 SF
Maximum Sq. Ft. (ABOA): 38,312 SF
Space Type: Office and other
Parking Spaces (Total): 79
Parking Spaces (Reserved/Secured): 79
Full Term: 15 years
Firm Term: 13 years
Option Term: One five (5) year option
Additional Requirements:
-Offered space must be contiguous in the following blocks of space:
a) 23,231 ABOA SF
b) 6,478 ABOA SF
c) 2,720 ABOA SF (ground floor required)
d) 5,883 ABOA SF (ground floor preferred)
-A single tenant building is required.
-Offered building must not be within 250 yards, measured linearly from property line to property line, or within the line of sight of schools, daycares, churches, residential areas, correctional facilities, mental health or drug treatment facilities, or areas of high civilian activity or vulnerability.
-The Building must be capable of being equipped with a loading dock or area.
-Offered building and site layout must have ability to provide or construct an enclosed, secure sallyport, used for detainee transportation. Sallyport must have dedicated secure entrance and pathway into ground/ first floor space and or detention spaces. The sally port must be large enough to accommodate a large van and onboarding and deboarding movements.
-If Offered building is greater than single story, the Building must be able to provide an elevator that can be made secure.
-Offered building must be capable of providing at least two vehicular and pedestrian ingress/egress points from property.
-Offeror must be willing to install a generator on-site.
-Offeror must be willing to install fencing to secure, at a minimum, the 79 reserved parking spaces. The fence height must be in accordance with FSL II requirements.
-Ceilings shall be at a minimum 9 feet and 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-height limitations above the finished raised flooring.
-The 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.
-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 space must meet all Government requirements contained in the RLP/Lease to be issued, including, but not limited to, Agency Specific Requirements, Interagency Security Committee (ISC) requirements and Facility Security Level II Requirements by the occupancy date per the terms of the lease. This includes including but not limited to the use of a combination of setbacks, site planning, façade hardening and structural measures to provide a medium level of façade and structure blast resistance protection. The site specific required protection will be determined at the sole discretion of the government on a case by case basis.
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: October 27, 2023
Market Survey (Estimated): November 2023
Occupancy (Estimated): January 2027 or earlier
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:
- Name of owner;
- Age of Building;
- Total existing gross square feet, and gross square feet per floor;
- Site plan depicting the building and parking;
- Floor plan and gross square footage of proposed space;
- Identification of on-site parking;
- Address or described location of building;
- Location on map demonstrating the building lies within the delineated area;
- Location on map describing proximity of the building to nearest bus and/or train stop, and major transportation routes;
- 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
- Any information related to title issues, easements, or restrictions on the use of the building.
- 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 October 27, 2023; additionally, questions can be sent via email or phone.
Send Expressions of Interest to:
Name/Title: Megan Shulin, GSA’s Broker
Address:
Public Properties
2445 M Street NW, Suite 510
Washington, DC 20037
Phone: 904-654-7243
Email Address:Megan.shulin@gsa.gov
Name/Title: Lindsey Stegall, GSA’s Broker
Address:
Public Properties
2445 M Street NW, Suite 510
Washington, DC 20037
Phone: 864-650-8562
Email: llindsey.stegall@gsa.gov
Government Contact Information
Lease Contracting Officer: Alvin Jackson
Brokers: Megan Shulin and Lindsey Stegall
Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
- Megan Shulin
- megan.shulin@gsa.gov
- Phone Number 2026524188
- Lindsey Stegall
- lindsey.stegall@gsa.gov
- Phone Number 8646508562
- Oct 05, 2023 05:03 pm EDTPresolicitation (Updated)
- Oct 05, 2023 05:03 pm EDT Presolicitation (Updated)
- Oct 05, 2023 04:51 pm EDT Presolicitation (Updated)
- Jan 14, 2023 11:58 pm EST Presolicitation (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.