General Services Administration (GSA) seeks to lease office space in Fenton, Missouri
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159154453703172 |
Posted Date: | Mar 28, 2024 |
Due Date: | Apr 19, 2024 |
Solicitation No: | 1MO2116 |
Source: | https://sam.gov/opp/fd249bf639... |
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).
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: Mar 28, 2024 11:50 am PDT
- Original Date Offers Due: Apr 19, 2024 05:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 20, 2024
-
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:
Fenton , MOUSA
General Services Administration (GSA) seeks to lease the following space:
State: Missouri
City: Fenton
Delineated Area:
North: Hwy 44
East: .5 miles east of I-270
West: .5 miles west of Hwy 141
South: One mile south of Gravois Rd.
Minimum Sq. Ft. (ABOA): 7,766
Maximum Sq. Ft. (ABOA): 8,542
Space Type: Office
Parking Spaces (Total): 0
Full Term: 15 years
Firm Term: 10 years
Additional Requirements:
- Any space offered above the first floor will require two operational passenger elevators to service the space. Both elevators must be directly accessible to the public and the SSA lobby. One of the accessible elevators may serve as a freight elevator.
- Contiguous space on first floor locations will be considered most efficient.
- Space must be contiguous. Space must be no more than twice as long as it is wide. It must have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow.
- Columns must be at least 20 feet from any structural wall and from each other. Some deviance may be acceptable to the government when at least 80% of the columns meet this requirement, as judged by the government. Columns must not be greater than 24 inches square in size.
- The government will not consider space containing interior ramps or steps.
- 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.
- 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.
- Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be considered.
- Locations without T1 availability will not be considered.
- Buildings must have windows comprising 25-50 percent of the exterior perimeter walls.
- Co-tenants considered inappropriate for the intended government use of the building include, but are not limited to, law firms representing SSA claimants and retail locations that sell alcohol, tobacco, firearms and explosives products and related paraphernalia.
- A minimum of 40 spaces are required for employee and customer parking located onsite, at the street level, or in commercial pay parking locations with rates at or below the city average of the city. Onsite and street parking must be available within two blocks of the proposed space. Restricted or metered parking of one hour or less within the two-block area of the space does not meet parking requirements.
- When onsite parking is provided, two separate access points to the street are required.
- ABAAS parking distance from the edge of parking lot to entrance must not be greater than 200 feet.
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: April 19, 2024
Occupancy (Estimated): July 1, 2025
Send Offers to:
Electronic Offer Submission:
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 (RLP) Number: 1MO2116
Government Contact Information (Not for Offer Submission)
Jeremy Walker - Lease Contracting Officer
Email: Jeremy.Walker@gsa.gov
Mike Jensen - Leasing Specialist
Email: Michael.J.Jensen@gsa.gov
Nicholas Zabelin, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
Nicholas.Zabelin@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.
An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
- Jeremy Walker
- Jeremy.Walker@gsa.gov
- Phone Number (602) 514-7441
- Fax Number (602) 514-7495
- Nicholas Zabelin, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
- Nicholas.Zabelin@gsa.gov
- Phone Number (925) 790-2124
- Fax Number (925) 866-1306
- Mar 28, 2024 11:50 am PDTSolicitation (Original)
- Nov 08, 2023 08:55 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.