General Services Administration (GSA) seeks to lease the following space in Medford, OR:
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159993361249113 |
Posted Date: | Apr 17, 2023 |
Due Date: | Apr 24, 2023 |
Solicitation No: | 1OR2098 |
Source: | https://sam.gov/opp/7992a2a288... |
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.
- Contract Opportunity Type: Presolicitation (Updated)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Updated Published Date: Apr 17, 2023 12:16 pm PDT
- Original Published Date: Feb 10, 2023 12:21 pm PST
- Updated Response Date: Apr 24, 2023 04:00 pm PDT
- Original Response Date: Mar 17, 2023 05:00 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Medford , ORUSA
General Services Administration (GSA) seeks to lease the following space:
State: Oregon
City: Medford
Delineated Area: City Limits of Medford, Oregon
Minimum Sq. Ft. (ABOA): 32,065
Maximum Sq. Ft. (ABOA): 35,213
Space Type: Courthouse and related office
Parking Spaces (Total): 28
Parking Spaces (Surface): 14 Secured
Parking Spaces (Structured): 14 Secured
Parking Spaces (Reserved): 28
Full Term: 20 years
Firm Term: 20 years
Option Term: N/A
Rent Cap:
This RLP is subject to a rent cap with no steps or increases other than those associated with tax and operating costs adjustments. The Government will only award a Lease if the offered rental rate does not exceed the rent cap.
Additional Facility Requirements:
The offered Building and/or Property must have the following features as a minimum requirement:
A. BUILDING LOCATION / OFFERED SITE
- No portion of the building may be located within 500 feet of railroad tracks.
- A minimum setback of 30 feet is required between the building and any path or parking accessible to the public by automobile.
- No portion of the building may be located within 1,000 feet of any schools or day care centers.
- The offered location must allow for the installation of a perimeter barrier security system consisting of fences, gates, walls, and other types of physical barriers as well as the specific project requirements for secure enclosed and surface parking.
B. PARKING AND VEHICULAR ACCESS
- The property must have more than one point of vehicular access.
- The property must have a combination of 14 surface and 14 structured, secure parking for 28 vehicles.
- The property must have a receiving area with direct restricted entry, sized to support standard commercial vehicle dimensions and turning radii. The building service area requires access via freight elevator to all building offices.
C. BUILDING DESIGN FEATURES
a. All visitors to court space will be screened prior to entry into the main building. The building lobby must provide sufficient space for a manned screen station.
D. PROGRAM
a. 23,015 square feet of space must be located above the ground floor.
b. The structural system should be designed to accommodate one column-free space of approximately 40’ x 60’ (2,400 square feet)
with a finished ceiling height of 16’ and one column-free space of approximately 1,350 square feet with a finished ceiling height of 16’. This space is included in the total square footage in item (a) above.
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 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: 4:00 p.m. PT, April 24, 2023
Market Survey (Estimated): May, 2023
Occupancy (Estimated): April, 2026
Send Expressions of Interest to:
Name/Title: Caitlin Morgan, Lease Contracting Officer
Email Address: caitlin.morgan@gsa.gov
and
GSA Broker Project Manager: Mark Carnese and Nikki French
Cushman & Wakefield
Office:
Mark: (503) 279-1764
Nikki: (720) 291-2045
Email Address:
mark.carnese@gsa.gov and nicole.french@gsa.gov
Government Contact Information
Lease Contracting Officer: Caitlin Morgan
Local Market Broker: Mark Carnese
Broker: Nikki French
- CENTER FOR BROKER SERVICES 1800 F STS NW
- WASHINGTON , DC 20405
- USA
- Caitlin Morgan
- caitlin.morgan@gsa.gov
- Mark Carnese
- mark.carnese@gsa.gov
- Phone Number 503-279-1764
- Apr 17, 2023 12:16 pm PDTPresolicitation (Updated)
- Apr 17, 2023 12:14 pm PDT Presolicitation (Updated)
- Apr 17, 2023 12:05 pm PDT Presolicitation (Updated)
- Apr 01, 2023 08:58 pm PDT Presolicitation (Inactive)
- Feb 10, 2023 12:21 pm PST Presolicitation (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.