US GOVERNMENT SEEKS TO LEASE SPACE IN SACRAMENTO (EAST), CA
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159114269206366 |
Posted Date: | Mar 6, 2023 |
Due Date: | Mar 13, 2023 |
Solicitation No: | 9CA3376 |
Source: | https://sam.gov/opp/5a0fd2ab33... |
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Updated Published Date: Mar 06, 2023 11:36 am PST
- Original Published Date: Feb 03, 2022 01:34 pm PST
- Updated Response Date: Mar 13, 2023 04:00 pm PDT
- Original Response Date: Mar 02, 2022 04:00 pm PST
- Inactive Policy: Manual
- Updated Inactive Date: Mar 14, 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:
San Francisco , CAUSA
U.S. GOVERNMENT
Pre-Solicitation 9CA3376
General Services Administration (GSA) seeks to lease the following Office space:
State:
California
City:
Sacramento (East)
Delineated Area:
North: Highway 50
East: Watt Ave.
South: Folsom Blvd.
West: Howe Ave.
Minimum Sq. Ft. (ABOA):
24,300
Maximum Sq. Ft. (ABOA):
24,300
Space Type:
Office
Parking Spaces:
2 reserved
Full Term:
10 years
Firm Term:
5 years with termination rights after 120 days
Renewal Options:
None
Additional Requirements:
1. Interested parties may submit space in office. Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be acceptable.
2. Ground floor space is preferred; however, space above ground is acceptable as long as the building has 2 passenger elevators.
3. If offered space is above the ground floor, and on a multi-tenant floor, the building must accommodate visitor queueing prior to the agency opening its doors at 9:00 a.m.
4. Minimum access to leased space on Monday through Friday from 7:00 a.m. to 5:30 p.m. and Saturday from 7:00 a.m. to 1:00 p.m. with janitorial services to be provided on weekdays between 7:00 a.m. and 5:00 p.m.
5. Reflect efficient use of space demonstrated by configuration:
a. The size, number, and placement of columns such that columns must be at least 20 feet from any interior wall and from each other and be no more than 2 feet square.
b. Space may not be more than twice as long as it is wide.
c. Space must be contiguous and not separated by a public or fire life safety corridor.
6. Office has 47 employees and approximately 250 daily visitors over and above the parking required by local code, offered locations must be able to accommodate employee and visitor parking on-site or in public lots or street parking within 1,310 walkable feet of offered building's entrance.
7. Offered space must be located within two (2) blocks of public transportation and within one mile of restaurants and shopping. Space offered must be located within the equivalent of two city blocks from a primary or secondary street. The route of travel from the primary or secondary street must be direct. Locations that have obscure or difficult access, as judged by the government, will not be considered.
8. Office space must not be located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or injurious odors detectable within the office space.
9. Sites which are located directly on a highway or six-lane thoroughfare will not be considered if the office is not immediately accessible from both directions of traffic, and traffic devices are not located to control left turning traffic.
10. Retail space will not be considered.
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 Offered space shall not be in the 1-percent-annual chance flood plain (formerly referred to as the “100-year floodplain).
GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services
Administration (GSA) or their authorized broker representative.
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:
March 23, 2023
Occupancy By:
September 25, 2023
Send Expressions of Interest to:
Broker Contact:
Eli Ceryak
Email:
eli.ceryak@gsa.gov
Phone:
415-629-2304
Government Contacts:
GSA Lease Contracting Officer:
Rick Nygren
Email:
merlin.nygren@gsa.gov
Phone:
415-522-3197
Expressions of interest must include the following information:
1. Building/site name and address and location of the available space within the building/site;
2. Rentable square feet available and expected rental rate per rentable square foot (for each space type: Office and Warehouse), showing the rent broken into Shell rent and Operating expense rent;
3. ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any);
4. Date of space availability;
5. Building ownership information;
6. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any);
7. Energy efficiency and renewable energy features existing within the building and if it is Energy Star rated;
8. List of building services provided;
9. One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans, proposed space, loading area with access to the first floor storage space, and proposed site layout showing the navigable route to the loading area that can accommodate a 53’ tractor trailer;
10. Name, address, telephone number, and email address of authorized contact;
11. In cases where an agent is representing multiple ownership entities, written acknowledgement;
12. Your letter must include the Solicitation # listed in this advertisement and be emailed or mailed to the Primary point of Contact;
13. Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to the advertisement.
- CENTER FOR BROKER SERVICES 1800 F STS NW
- WASHINGTON , DC 20405
- USA
- Eli Ceryak
- eli.ceryak@gsa.gov
- Phone Number 4155683424
- Mar 06, 2023 11:36 am PSTPresolicitation (Updated)
- Mar 06, 2023 11:33 am PST Presolicitation (Updated)
- Jan 07, 2023 08:58 pm PST Presolicitation (Inactive)
- Dec 02, 2022 10:14 am PST Presolicitation (Updated)
- Mar 17, 2022 08:55 pm PDT Presolicitation (Inactive)
- Feb 03, 2022 01:34 pm PST 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.