Federal Contract Opportunity

Last Updated on 24 Apr 2024 at 2 PM
Solicitation
Hanover Massachusetts

The Government is seeking to lease office space in Hanover, MA for a minimum of 6,485 ABOA SF

Details

Solicitation ID 2MA0212
Posted Date 24 Apr 2024 at 2 PM
Response Date 17 May 2024 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R1 Office Of Leasing
Agency General Services Administration
Location Hanover Massachusetts United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

National Industries For The Blind

Wayne Earth city Alexandria

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Sign up to access Documents

Signup now

U.S. GOVERNMENT

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

State:  Massachusetts

City:  Hanover

Delineated Area:  Entire town limits of the Town of Hanover, MA.

Minimum Sq. Ft. (ABOA):  6,485

Maximum Sq. Ft. (ABOA):  6,615

Space Type:  Office

Parking Spaces (Total):  0

Parking Spaces (Surface):  0

Parking Spaces (Structured):  0

Parking Spaces (Reserved):  0

Full Term:  15 years - 180 months

Firm Term:  10 years – 120 months

Option Term:  N/A

AGENCY UNIQUE REQUIREMENTS

Agency Tenant Improvement Allowance:

$64.26 per ABOA SF

Building Specific Amortized Capital (BSAC):

$12.00 per ABOA SF

Additional Requirements:

  • Site access shall be via a direct route from a primary or secondary street.
  • Traffic control devices and pedestrian crosswalks are required within two blocks.
  • Sidewalks and pedestrian walkways shall be present along roadways and access roads.
  • Public transportation route stops shall be located within .25 mi of the offered location. The public transportation must service this location on an hourly basis (minimum) from 8:00 a.m. to 3:00 p.m., except Saturdays, Sundays, and federal holidays.
  • Public parking shall be available on site or within .25 miles of the offered space.  Restricted or metered parking of one hour or less within .25 miles of the space does not meet parking requirements.  
  • There shall be no history of prior heavy industrial use, such as dry cleaning operations, gas stations, rail yards, or machinery maintenance yards.
  • The site shall not be located within .25 mi of active railroad tracks, airports or heavily congested highways.
  • There shall be adequate eating facilities located within .5 miles.  Other employee services, such as 
  • retail shops, cleaners, banks, etc., shall be located within 2 miles.
  • Mixed use sites with residential or living quarters located within the building are not acceptable.
  • Sites located immediately adjacent to establishments whose primary operation is the sale of alcoholic beverages, marijuana dispensaries, firearms sold/discharged, drug treatment, or detention facilities are not acceptable.
  • The site shall be Class A standard commercial or office space consistent with the local market.
  • The site shall not be located below grade.
  • Sites located above street level are required to have a minimum of two accessible elevators.  One of the accessible elevators may be a freight elevator.   Elevators shall not discharge directly into SSA space. 
  • The space is required to be contiguous.
  • The space is required to be level and shall not utilize interior ramps to resolve changes in grade.
  • The space may not be more than twice as long as it is wide.
  • The space must be conducive to SSA’s business operation design.  Space elements such as quantity and size of columns, load bearing walls, irregular shape, etc., may not impede an efficient space layout, the use of modular furniture, or office work flows.  SSA shall prepare a test fit to confirm the acceptability of the space.
  • Ceilings shall be 9’ to 12’ as measured from floor to the lowest obstruction.
  • Sufficient space shall exist between the drop ceiling and the deck of the floor above to allow for lighting, HVAC equipment, fire suppression piping, etc.
  • The site shall have two lines of windows for natural lighting.
  • Interested parties must provide the name of the building, address, location of available space, rentable square feet offered, and contact information of authorized representative.
  • All interested parties must either submit evidence of ownership or written authorization to represent the owner(s). Any submissions received without documentation of ownership and/or written authorization to represent the owner(s) will not be considered until such time the documentation has been received, which must also be submitted prior to the Expression of Interests Due Date
  • In cases where an agent is representing multiple ownership entities, broker must provide written acknowledgement/permission to represent multiple interested parties for the same submission.

Reference project number: 2MA0212

Please submit your offer no later than 5:00 p.m. eastern time on May 17, 2024 using the Lease Offer Platform/Requirement Specific Acquisition Platform (LOP/RSAP) located at https://lop.gsa.gov/RSAP.

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 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:  May 17, 2024

Market Survey (Estimated):  TBD

Occupancy (Estimated):  TBD

Send Expressions of Interest to:

Name/Title:  Clare Nawrocki

Address:  10 Causeway Street, 11th Fl., Boston, MA 02222

Phone:  617-513-1831

Email Address:  [email protected]

Government Contact Information

Lease Contracting Officer:  Danielle Piantedosi

Leasing Specialist:  Clare Nawrocki

Similar Opportunities

No Similar Opportunities Found

Similar Awards

No Similar Awards Found