North Carolina Bids > Bid Detail

General Services (GSA) Seeks to Lease the Following Space: Solicitation No. 2NC0452

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159459102215221
Posted Date: Jan 31, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/0dd773fe6e...
Follow
General Services (GSA) Seeks to Lease the Following Space: Solicitation No. 2NC0452
Active
Contract Opportunity
Notice ID
2NC0452
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R00 CENTER FOR BROKER SERVICES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2024 03:05 pm EST
  • Original Response Date: Feb 21, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 07, 2024
  • 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:
    Greenville , NC
    USA
Description

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



State: North Carolina



City: Greenville



Delineated Area:



North: Hwy 43



East: Cotanche St. to Charles Blvd to SE Greenville Blvd to E 14th St



South: E. Fire Tower Road to S. Memorial Dr to Davenport Farm Road



West: Hwy 11 (Martin Luther King Jr. Hwy)



Minimum Sq. Ft. (ABOA): 4,570 SF



Maximum Sq. Ft. (ABOA): 5,255 SF



Space Type: Office



Parking Spaces (Total): 12



Parking Spaces (Surface or Structured): 12



Parking Spaces (Reserved): 12



Full Term: 15 years



Firm Term: 10 years



Option Term: N/A



Additional Requirements:



Location




  • It is preferred that the proposed building not be located near facilities such as day care centers, schools, hospitals and religious/rehabilitation/social service centers.

  • The Building shall not be located in the immediate vicinity of any facilities identified as “hazardous materials transportation/storage facilities.” Examples of hazardous locations include facilities with potential environmental threats, such as fuel storage areas, gas stations, chemical manufacturing facilities, etc., as well as railroad lines transporting hazardous material.

  • Building shall not be located near Public Defenders, Immigration and Customs Enforcement, Probation Offices, or other businesses or facilities deemed unacceptable for the agency’s Security team.

  • Space will not be considered where parking located under the building is open to the general public.



Building/Layout




  • Offered space must be contiguous and preferably located on the 2nd floor or higher.

  • Additional security requirements shall be required if first floor space or if building is single tenant.

  • All windows shall have 7mil fragment retention film.

  • One elevator shall be equipped with override control.

  • Access required 24 hours a day, 7 days a week, 365 days a year.

  • Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an efficient use of space.

  • The building must be able to meet certain security requirements as set forth in the Interagency Security Committee Standards and the Department of Justice Security Standards.

  • 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.



Note: 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 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 100 year flood plain.



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.



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. Address or locational description of the building;

  3. Age of building;

  4. Total existing gross square feet of building and gross square feet per floor;

  5. Site plan depicting the building and parking;

  6. Floor plan and gross square feet of proposed space;

  7. Identification of on-site parking;

  8. A map demonstrating the building lies within the delineated area;

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

  10. 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

  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.



Expressions of Interest Due: 02/21/2024



Market Survey (Estimated): Summer 2024



Occupancy (Estimated): September 2026



Send Expressions of Interest to:



Name/Title: Megan Shulin, GSA’s Broker



Address:



Public Properties



2445 M Street NW, Suite 510



Washington, DC 20037



Office/Fax: 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



Office/Fax: 864-650-8562



Email Address: Lindsey.stegall@gsa.gov



Government Contact Information



Lease Contracting Officer: Derek Sanders, GSA



Broker: Megan Shulin, Public Properties



Broker: Lindsey Stegall, Public Properties


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 31, 2024 03:06 pm ESTPresolicitation (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 >