Missouri Bids > Bid Detail

US GOVERNMENT SEEKS TO LEASE SPACE IN ROLLA, MO

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159355439395465
Posted Date: Jul 26, 2023
Due Date: Aug 9, 2023
Solicitation No: 0MO2177
Source: https://sam.gov/opp/99a8caed34...
Follow
US GOVERNMENT SEEKS TO LEASE SPACE IN ROLLA, MO
Active
Contract Opportunity
Notice ID
0MO2177
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Looking for contract opportunity help?

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.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 26, 2023 05:00 pm CDT
  • Original Published Date: Jun 01, 2023 11:18 am CDT
  • Updated Response Date: Aug 09, 2023 04:00 pm CDT
  • Original Response Date: Jun 30, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 24, 2023
  • Original Inactive Date: Jul 15, 2023
  • 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:
    Kansas City , MO 64108
    USA
Description

U.S. GOVERNMENT



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



State: MO



City: Rolla



Delineated Area: City limits of Rolla, MO



Minimum Sq. Ft. (ABOA): 31,892



Maximum Sq. Ft. (ABOA): 34,277



Space Type: 22,314 ABOA SF Office; 3,088 ABOA SF Lab; 6,490 ABOA SF Warehouse



Parking Spaces (Total): 36



Parking Spaces (Surface): 30 GOV; 6 Visitor



Parking Spaces (Structured): 0



Parking Spaces (Reserved): 36



Full Term: 20 Years



Firm Term: 10 Years



Option Term: None



Additional Requirements:




  • Hours of Operation: 6:30 AM to 6:00 PM Monday – Friday.

  • 24/7access to the space

  • Non-Hazardous material testing

  • Dry, Wet and Clean-Up laboratories

  • The proposed site must not be within 640'-0" of any facilities identified by the Interagency Security Committee (ISC) as “hazardous materials transportation/storage facilities.

  • Proposed Tenant spaces or facilities within 400’-0,” or adjacent to facilities associated with foreign powers identified in the Tenant's National Security Threat List, will not be considered.

  • The proposed facility must not be located within 400’-0” of any Courthouse, police station, jail, public defenders, Immigration and Customs Enforcement (ICE), probation offices, the Internal Revenue Service (IRS), universities, or other businesses deemed unacceptable by the Tenant's Security. However, this requirement may be waived by the Tenant's Security if no other facility is deemed acceptable. In those cases, enhanced security requirements may be necessary.

  • It is preferred second floor or higher for at least 2,498 ABOA sq.ft but can be evaluated.

  • Warehouse space (preferred) adjacent to wareyard capable of large vehicles stored in wareyard to pull inside for interior staging and offloading.

  • Adjacent lighted and fenced light industrial / wareyard space with 8 covered/carport parking spaces for boats and oversized special vehicles (Estimated 400 sq.ft. each).

  • Loading dock and access to freight elevator if space above 1st floor.

  • Backup generator

  • Space shall be located 1) in an office, research, technology, business, or light industrial business park acceptable to the LCO; 2) on an attractively landscaped site containing one or more modern office or flex buildings that are professional in appearance with the surrounding properties well maintained and in consonance with a professional image, or 3) where other adjacent uses do not project a professional appearance, a minimum 75 foot landscaped set-back for the building and parking lot from the property lines with a landscaped buffer providing screening acceptable to the LCO.





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 0.2-percent-annual chance floodplain (formerly referred to as “500-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: August 9, 2023



Market Survey (Estimated): September 12, 2023



Occupancy (Estimated): February 25, 2025





Send Expressions of Interest to:





Name/Title: Bruce Keyes, Senior Transaction Manager



Phone: 719-237-5740



Email Address: bruce.keyes@gsa.gov





Government Contact Information:





Lease Contracting Officer: Jeremy Walker



Leasing Specialist: Frank Whiting



Broker - Bruce Keyes, Cushman & Wakefield





Expressions of interest must include the following information:




  1. Building/site name, 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 but excluding utilities for the following: electricity/gas. 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.

  7. Energy efficiency and renewal energy features existing within the building;

  8. List of building services provided;

  9. One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans and proposed space, or proposed site layout;

  10. Name, address, telephone number, and email address of authorized point of contact;

  11. In cases where an agent is representing multiple ownership entities, written acknowledgement;

  12. Your letter must include the RLP # (0MO2177) listed above 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 this advertisement.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >