Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

0HI2060 - Honolulu, HI 2,743 ABOA SF of Warehouse/Lab Space

Process Number 0HI2060

USA

Dates:


Notice ID:

0HI2060

Department/Ind. Agency:

GENERAL SERVICES ADMINISTRATION

Sub-tier:

GENERAL SERVICES ADMINISTRATION

Sub Command:

PBS R9

Office:

PBS R9

General Information:


All Dates/Times are:

(utc-07:00) pacific standard time, los angeles, usa

Updated Published Date:

mar 15, 2022 06:59 am pdt

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

mar 11, 2022 04:00 pm pst

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

apr 09, 2022

Original Inactive Date:

mar 26, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

x1aa - lease/rental of office buildings

Description:


Original Set Aside:

U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Hawaii City: Honolulu Delineated Area: Northern Boundary: Salt Lake Boulevard Southern Boundary: Adele Street Eastern Boundary: Nimitz Highway, connecting to Queen Liliuokalani Freeway, connecting to Puuloa Road Western Boundary: Elliot Street, connecting to Valkenburg Street, connecting to Salt Lake Boulevard Minimum Sq. Ft. (ABOA): 2,743 ANSI/BOMA Maximum Sq. Ft. (ABOA): 3,020 ANSI/BOMA Space Type: Warehouse/Flex Space Parking Spaces (Total): 2 Parking Spaces (Surface): 0 Parking Spaces (Structured): 2 Parking Spaces (Reserved): 2 Full Term: 15 Years Firm Term: 10 Years Option Term: N/A Additional Requirements: Building is required to have Seismic Certification FSL level II Windows shall be covered with mylar film and anchored and sealed. Alarmed passive inferred motion detectors in each room containing a window that is below 12 feet. Detectors will be monitored by the FDA security command center. Monitor Dynamics Inc (MDI) is the current access control system manufacture used by FDA. Space requires CCTV and Card Access Space must be contiguous Space must be at street level access to the space or access to both a loading dock and freight elevator. In the case the space is not on street level, the freight elevator must be able to accommodate packages of up to 21” x 19” x 18”. Normal hours of operations are established as 7 am to 8 pm, Monday through Friday, with the exception of federal holidays. Services, maintenance, and utilities shall be provided during these hours. Cleaning/janitorial services shall be performed during normal hours. Full cyclical carpet and paint refresh every 5 years. dedicated LAN room/closet with 24 hours, 7 days a week, 365 days a year temperature controlled and maintained between 64 degrees Fahrenheit and 74 degrees Fahrenheit with relative humidity controlled and maintained between 30% - 55%. Space requires approximately 500 usable square feet of locked storage space. Manager’s office requires soundproof walls. Approximately 390 usable square feet of lab and chemistry space areas are required. Approximately 300 usable square feet of warehouse space. Lab space requires water, and sewer above minimum zoning requirements for electrical and data drops. Chemical in use and stored include but not limited to methanol and isopropanol. Space must have an eyewash station and emergency shower. Screening laboratory, sample prep area, and package detention area must be solid epoxy flooring. Laboratory area flooring must be chemically resistant. Tepid water (approximately 70 degrees Fahrenheit Break room with electrical, water, and sewer is required in the space. Please refer to the sample lease for cyclical carpet and paint refresh. Additional and more specific requirements can be located on Exhibit B. 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 flood plain. 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. Offers Due: March 25, 2022 Occupancy (Estimated): TBD Send Offers to: Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website. Solicitation (RLP) Number: 0HI2060 Government Contact Information (Not for Offer Submission) Lease Contracting Officer: Anna Soydova Email: Anna.Soydova@gsa.gov Leasing Specialist: Joseph Yu Email: Joseph.Yu@gsa.gov Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.

Attachments / Links:


Document Size Updated date Download

Contact Information:


OFFICE OF LEASING 50 UNITED NATIONS PLAZA

SAN FRANCISCO , CA 94102

USA

Primary Point of Contacts:

Joseph Yu

Secondary Point of Contact:

Anna Soydova