Federal Contract Opportunity

Last Updated on 30 Apr 2024 at 8 PM
Sources Sought
Charlotte North carolina

General Services Administration (GSA) seeks to lease space in Charlotte, NC

Details

Solicitation ID 0NC2165
Posted Date 30 Apr 2024 at 8 PM
Response Date 28 May 2024 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R00 Center For Broker Services
Agency General Services Administration
Location Charlotte North carolina United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

The U.S. General Services Administration seeks to lease the following space:

State:

North Carolina

City:

Charlotte

Delineated Area:

North: I-77, US 160 West Blvd.

East: I-277, E 3rd St, US 16 Providence Rd.

West: West Blvd., I-485

South: I-485, South Blvd., E Woodland

Rd., Selwyn Ave., Queens Rd., US 16

Providence Rd.

(See Delineated Area Map in Sam.gov)

Minimum Sq. Ft. (ABOA):

152,911 SF

Maximum Sq. Ft. (RSF):

172,000 SF

Space Type:

Office, storage and special space

Official Parking Spaces (Total):

507

Parking Spaces (Unreserved):

180

Parking Spaces (Reserved):

327

Full Term:

20 years

Firm Term:

20 years

Option Term:

N/A0

Additional Requirements:

The Government must be the sole tenant of the building.

Site must be configured to provide 2 means of vehicular ingress and egress from the site through 2 main thoroughfares with a separation of a minimum of 200 feet.

The minimum building setback is 100 feet from the perimeter fence and anti-ram barriers to the exterior façade of the Office Building and the Annex. If the 100 foot setback cannot be achieved the offeror must provide alternative security solutions that provide the same level of security as the setback. Alternative solutions will be evaluated by the Government.

Government owned vehicle (GOVs) parking shall be within the secured perimeter of the site. The parking may be either structured or surface.

Visitor parking must be located outside the secured perimeter fence. On-site parking must afford 24/7 access, including holidays.

Ready access to all utilities.

Location must have convenient access to major traffic arteries, food service establishments and retail services.

A loading dock with accessibility and turnaround maneuvering space for a 72 foot tractor-trailer (AASHTO standard vehicle WB-67') is required.

The occupying agency must have unrestricted access and full operational use of the space 365 days per year: 24 hours per day.

The floor plate must be a minimum of 25,000 ABOA SF and a maximum of 40,000 ABOA SF as defined by the American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA Office Area SF).

Other typical and special requirements will be called for in the Request for Lease

Proposals (RLP) package.

The minimum security level for this agency will be Security Level IV attached (*Level IV template uploaded to Sam as attachment); only those potentially capable of meeting the aforementioned requirements and the minimum GSA security Level IV standards will be considered for the market survey.  

Please note that the agency's security standards significantly exceed those minimum GSA Level IV standards.  An offered site's conformance to those standards will be assessed during the market survey by the Government and the Agency's Security Specialist.

Offered space must be able to meet Government requirements contained in both Prospectus PNC-01-CH23 and in the RLP/Lease to be issued, including but not limited to requirements for fire and life safety, security, accessibility, seismic, energy and sustainability standards per the terms of the RLP and Lease. A fully serviced lease is required.  Offered space shall not be in the 100-year floodplain. 

The U.S. Government currently occupies office and related space in a building under lease in Charlotte, NC that will be expiring.  The Government is considering alternative space if economically advantageous.  In making this determination, the Government, will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.

Expressions of Interest must include the following for each offered block of space:

1)   Building name & address.

2)   Contact information and e-mail address of Offeror’s Representative.

3)   ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so, for whom);     

4)   Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a GSA warm lit shell, a tenant improvement allowance (TIA) of $42.42/ABOA SF, and a BSAC allowance of $35.00 per ABOA SF (inclusive of amortization rates (if any).

5)   A description of additional tenant concessions offered (if any.

6)   Date building will be ready for commencement of tenant improvements.

7)   Evidence that the offered space will meet the other specific requirements identified herein.

8)   Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property.

9)   Provide the column spacing within the building and/or the available leased space.

10)  Provide the minimum finished ceiling height within the building and/or available leased space.

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:

May 28, 2024

Market Survey (Estimated):

TBD

Initial Offers Due (Estimated):

TBD

Occupancy (Estimated):

December 2026

Send Expressions of Interest to:

Name/Title:

Erik Weiss / Broker Contractor

Melissa Hein / Broker Contractor

Address:

3424 Peachtree Road

Suite 2100

Office:

404-504-0018

Email Address:

[email protected]  

[email protected]

Name/Title:

Michael Monaghan / Contracting Officer

Email Address:

[email protected]

Government Contact Information:

Lease Contracting Officer

Michael Monaghan

Brokers

Erik Weiss and Melissa Hein of Savills, Inc.