Federal Bid

Last Updated on 31 Mar 2010 at 8 AM
Solicitation
Location Unknown

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 5,916 RSF (YIELDING AT LEAST 4,887 TO 5,401 USF) OF OFFICE SPACE IN ROCHESTER, MN

Solicitation ID GS-P-05-10-FY-5009
Posted Date 02 Mar 2010 at 9 PM
Archive Date 31 Mar 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs Central Office - Broker Svcs
Agency General Services Administration
Location United states

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 5,916 RSF (YIELDING AT LEAST 4,887 TO 5,401 USF) OF OFFICE SPACE IN ROCHESTER, MN

 

GENERAL INFORMATION:

Document Type:

Sources Sought, Pre-solicitation Notice

Solicitation Number:

GS-P-05-10-FY-5009

Posted Date:

 

Original Response Date/Due By:

March 16, 2010

Current Response Date/Due By:

March 16, 2010

Original Archive Date:

 

Current Archive Date:

 

Classification Code:

X -- Lease or rental of facilities

NAICS Code:

531120 -- Lessors of Nonresidential Buildings (except Miniwarehouses)

Lease Term

Ten (10) Years, Five (5) years firm

Place of Performance

Rochester, MN

Delineated Area

North - County Highway 22

East - County Road 22

South - Highway 14

West - Highway 52

 

REQUIREMENT:

The United States Government (“Government”) is seeking expressions of interest from potential sources for office space in Rochester, MN.  The IRS’ current lease in Rochester is expiring and the Government is seeking expressions of interest for relocation to commercial office space.  Occupancy is required by January 1, 2012.  The Government is interested in leasing approximately 5,916 rentable square feet of Class A office space in the City of Rochester, Minnesota for use by the Internal Revenue Service (IRS).  The area of consideration/delineated area is as noted above.  Although the delineated area is larger than the CBD, if adequate competition is available in the CBD then only the CBD will be considered.  Those outside the CBD will be notified that they will not be considered. The space must yield a minimum of 4,887 ANSI/BOMA (“Useable”) square feet and a maximum of 5,401 ANSI/BOMA (“Rentable”) square feet of contiguous space on not more than one floor.  On-site, structured parking is required for 2 vehicles. The anticipated term is 10 years, 5 years firm as a fully serviced lease.  The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use.  Streets and public sidewalks must be well maintained.  In order to accommodate the commuting needs of the visiting public and employees, an exterior public entry door of the building must be within ¼ mile of public transportation stop with regularly scheduled service and must offer an ADA-accessible route to an ADA-accessible public entry to the building.  If not offered on site, employee and visiting public parking should be available within ¼ mile of the offered building and must also offer an ADA-accessible route to the public entry of the building.    Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection.

 

SUBMISSION REQUIREMENTS

Expressions of interest must be submitted in writing should include the following information at minimum (This is not an invitation for bids or a request for proposals):

1)      Building name/address

2)      Legal property description, recent survey, and property identification numbers (PIN)

3)      Location of space in the building and date it will be available

4)      One-eighth inch scale drawing of space offered

5)      ANSI/BOMA defined office area/useable square feet (USF)

6)      Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included

7)      Common Area Factor used to determine the RSF

8)      Not less that 1/16th inch = 1’-0 floor plan of the building’s lobby/points of egress

9)      Not less that 1/16th inch = 1’-0 floor plan of the offered space indicating major appurtenances (e.g., elevators, utility closets, shafts, stairs, etc.)

10)   Exhibit demonstrating the building’s proximity to a public transportation stop and parking if not accommodated on site.

11)   Name, address, telephone number, and email address of the authorized agent offering the building.

12)   In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission

 

AUTHORIZED CONTACTS:

GSA is using a third party real estate broker to represent the Government for portions of this procurement and 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 representative, Jones Lang LaSalle Americas.

 

E-mail, facsimile, or mail complete expressions of interest to:

Stephen Baxter

Jones Lang LaSalle Americas, Inc.

200 East Randolph Street, Floor 46

Chicago, IL 60601

Phone: (312) 228-2056

Fax: (312) 288-4431

Email: [email protected]

 

For receipt not later than: March 16, 2010

 

Please reference Project Number GS-P-05-10-FY-5009

Bid Protests Not Available