Georgia Bids > Bid Detail

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

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159316576580782
Posted Date: Jun 20, 2023
Due Date: Jul 11, 2023
Solicitation No: 0GA2174
Source: https://sam.gov/opp/8ce620918b...
Follow
General Services Administration (GSA) seeks to lease the following space:
Active
Contract Opportunity
Notice ID
0GA2174
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 20, 2023 10:49 am EDT
  • Original Response Date: Jul 11, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 26, 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:
    Macon , GA
    USA
Description

Presolicitation Notice/Advertisement GSA Public Buildings Service



U.S. GOVERNMENT



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



State: Georgia



City: Macon



Delineated Area:



North: Hall Road to Hwy 23 to I-75



South: Hwy 80/GA-22 W/Eisenhower Parkway



East: I-75 to MLK Jr. Blvd., to Hwy 80



West: Log Cabin Drive to Napier Ave. to Park Street to Forest Hill Road to Hall Road



Minimum Sq. Ft. (ABOA): 7,617 SF



Maximum Sq. Ft. (ABOA): 7,617 SF



Space Type: Office and other related space



Parking Spaces (Total): 20



Parking Spaces (Surface): 20



Parking Spaces (Reserved/Secured): 20



Full Term: 15 Years



Firm Term: 10 Years



Additional Requirements:



Location/Site:




  • Offered space is not to be located in any building with the following uses:

    • Private firms whose primary clientele are involved in or have ties to criminal elements.

    • Agencies providing probation and/or parole services

    • Halfway houses,

    • Agencies providing drug abuse counseling/rehabilitation programs,

    • Agencies providing social service agencies and welfare type programs,

    • Agencies providing welfare type programs

    • Halfway houses

    • Residential units



  • Offered space building entrances/exits are not to be located within a 1,000 walkable foot minimum boundary of certain locations, including, but not limited to:

    • Drug-free zone

    • A school

    • Areas where drug activities are prevalent





Parking




  • Secure outside surface parking will be considered on a case-by-case basis; provided it is onsite and can be secured to agency specific requirements.

  • Facilities with open/general public parking below the building proposed for the tenant office will not be considered.



Building/Layout




  • Offered space shall be contiguous.

  • Offered space must be located on the 2nd floor or higher, unless offered building is a single tenant building or there is a 20’ setback from the offered building to all sidewalks, access streets, parking lots, adjoining streets. Blast film will also be required if offered space is on the ground/1st floor.

  • Tenant requires a secure method to bring detainees into the building. This could be accomplished by way of sallyports or the use of a loading dock.

  • If offered space is on the 2nd floor or higher a building equipped with a freight elevator that has the ability to be secured and controlled is required.

  • If offered space is located on the top floor, there cannot be roof access within the offered premises.

  • The proposed facility must meet Facility Security Level III requirements including but not limited to setbacks, emergency generators, vehicle barriers, and shatter-resistant window protection on all exterior perimeter windows[FDA3] .

  • Government’s security team will evaluate each site on a case by case basis, on the site’s ability to meet the Government’s security requirements.

  • Space shall be accessible to staff 24 hours a day, 7 days a week, and 365 days a year.

  • The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.

  • The offered space must provide for an efficient layout as determined by the GSA Lease Contracting Officer.

  • Each building will be assessed on a case-by-case basis by the agency security team.



Other typical and special requirements as called for in the Request for Lease Proposal (RLP) package.



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.



The U.S. Government currently occupies office and related space in a building under a lease in Macon, GA, 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 Due: July 11, 2023



Market Survey (Estimated): August 2023



Occupancy (Estimated): August 2025



Expressions of Interest Instructions/Requirements:



Please provide the following basic information and descriptions pertaining to the building you propose for consideration.



All submissions should include the following information:




  1. Name of owner;

  2. Age of Building;

  3. Total existing gross square feet, and gross square feet per floor;

  4. Site plan depicting the building and parking;

  5. Floor plan and gross square footage of proposed space;

  6. Identification of on-site parking;

  7. Address or described location of building;

  8. Location on map demonstrating the building lies within the delineated area;

  9. Location on map describing proximity of the building to nearest bus and/or train stop, and major transportation routes;

  10. Evidence of ownership, if building submitted by owner. Non-Owners (e.g. brokers) must provide evidence of authority granted by property owner to submit the property; and

  11. Any information related to title issues, easements, or restrictions on the use of the building.

  12. A description of any planned land development or construction which will affect the building including neighboring projects and road/ utility line construction.



Send Expressions of Interest to:



Name/Title:



Megan Shulin, GSA’s Broker



Lindsey Stegall, GSA’s Broker



Address:



Public Properties



2445 M Street NW, Suite 510



Washington, DC 20037



Office:



904-654-7243



864-650-8562



Email Address:



Megan.shulin@gsa.gov



Lindsey.stegall@gsa.gov





Government Contact Information



Lease Contracting Officer: Dion Reid



Brokers: Megan Shulin and Lindsey Stegall




Attachments/Links
Contact Information
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 20, 2023 10:49 am EDTPresolicitation (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.

Start Free Trial Today >