The General Services Administration (GSA) seeks to lease space in Montgomery County, MD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
State: MD
City: Gaithersburg
Delineated Area: Montgomery County
Minimum Sq. Ft. (ABOA): 115,000 - 150,000
Space Type: Warehouse
Parking Spaces (Total): Per County Code
Full Term: 15
Firm Term: 15
Option Term: 0
Additional Requirements: Minimum ceiling clearance 26'
Ability to safely store toxic, corrosive, and flammable chemicals
Ability to meet requirement of NFPA 230 and NFPA 30
Ability to accept multiple 55 foot tractor trailers
Minimum of 14 Loading Docks
Ability to accommodate a 19 by 45 foot mail sorter with 6' clearance on all sides
Floor to support live load greater than 200 lb per square foot
Ability to accommodate within warehouse a conditioned area of approximately 2,700 SF that requires temperature to remain between 60 to 70 F and 45-50% relative humidity maintaining.
The offered premises must be within the defined delineated area as shown and must meet Government requirements for fire safety, accessibility (ABAAS) and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 year flood plain. The Government's requirement must be housed within a single building.
Expressions of Interest must be received in writing no later than July 13, 2017 at 4:30 PM EST, and should include the following information at a minimum.
SUBMISSION REQUIREMENTS:
Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids or a request for proposals):
1. Building name/address and the location of available space within the building;
2. Rentable square feet available and the expected rental rate per rentable square foot, fully serviced;
3. ANSI/BOMA office area (ABOA) square feet to be offered and the expected rental rate per ABOA square foot, fully serviced, inclusive of a Tenant Improvement allowance of $11.24/ABOA SF, meeting GSA's standard building shell requirements;
4. Building ownership information;
5. Amount of parking available onsite;
6. Energy Efficiency and renewable energy features existing within the building;
7. List of building Services provided;
8. One-eighth inch scale drawing of space offered;
9. Name, address, telephone number, and email address of authorized contact;
10. In cases where an agent is representing multiple ownership entities, written acknowledgement;
11. Permission to represent multiple owners for the same submission, if applicable.
Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential
Offeror enter into negotiations or discussions concerning 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 Cushman & Wakefield
Expressions of Interest Due: July 13, 2017
Market Survey (Estimated): July 2017
Occupancy (Estimated): July 2018
Send Expressions of Interest to:
Name: Mark Tyler
Address: Cushman & Wakefield.
1800 Tysons Blvd., Suite 200
Tysons, VA 22102
Office: 703-847-2751
Email Address: mark.tyler@cushwake.com
Name: Bill Evans, Executive Managing Director
Cushman & Wakefield
Office: 703-280-6988
Cell: 703-856-0826
Email Address: bill.evans@cushwake.com
Government Contacts
Lease Contracting Officer: James Phelan
Lease Contracting Specialist: Anthony Russell
Broker: Cushman & Wakefield
Please reference Project Number 4MD0301