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

U.S. Government Seeks to Lease Office and Related Space in Brooklyn, New York

Process Number 1NY2524

USA

Dates:


Notice ID:

1NY2524

Department/Ind. Agency:

GENERAL SERVICES ADMINISTRATION

Sub-tier:

GENERAL SERVICES ADMINISTRATION

Sub Command:

PBS CENTRAL OFFICE - BROKER SVCS

Office:

PBS CENTRAL OFFICE - BROKER SVCS

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 26, 2022 04:30 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

feb 10, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

x1aa - lease/rental of office buildings

NAICS Code:

531120 - lessors of nonresidential buildings (except miniwarehouses)

Description:


Original Set Aside:

General Services Administration (GSA) seeks to lease the following space: State: New York City: Brooklyn Delineated Area: North - Starting at intersection: Adams Street to John Street East - Hudson Avenue to Nave Street to Flushing Avenue to Vanderbilt Avenue South - Flatbush Avenue to Atlantic Avenue West - Brooklyn Queens Expressway / 278 Minimum Sq. Ft. (ABOA): 34,823 Maximum Sq. Ft. (ABOA): 36,564 Space Type: Office Parking Spaces (Total): Three (3) reserved/secured parking spaces for Government vehicles within walkable 1/4 mile of the offered building is required. Availability of fifty (50) commercially available (paid – not included in the lease) parking spaces for employees and visitors within walkable 1/4 mile of the offered building shall be demonstrated/identified. Parking Spaces (Surface): Three (3) Parking Spaces (Structured): None (0) Parking Spaces (Reserved): Three (3) Full Term: 15 Years (180 Months) Firm Term: 10 Years (120 Months) Option Term: N/A Additional Requirements: A commuter rail, light rail, or subway station shall be located within a walkable ½ mile of the offered building. If the distance to commuter rail, light rail or subway station exceeds a walkable ¼ mile, two or more public bus lines usable by tenant occupants and their customers shall be located within a walkable ¼ mile. Bus stops must occur on a regular, frequent basis (schedule required to be provided). 1st floor space is preferred. Single floor occupancy is preferred and can also be located on contiguous multiple floors. At a minimum this project shall obtain LEED -Certification for Commercial Interiors (LEED-CI) for existing buildings or LEED – Silver Certification for New Construction (LEED-NC) for new buildings. The successful Offeror, at the Offeror’s cost and expense, shall obtain certification from the U.S. Green Building Council (USGBC) within nine (9) months of project occupancy. Alternatively, the project TIs shall incorporate any necessary design parameters for the Space to meet Green Globesâ for Sustainable Interiors (GGâ-SI) requirements into the Design Intent Drawings (DIDs), if applicable, or Construction Drawings. The Lessor must coordinate TI and shell requirements (at the minimum One Green Globes level) as necessary to meet the certification. Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award unless the offered space meets a statutory exception. 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: January 26, 2022 Occupancy (Estimated): September 2023 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: 1NY2524 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:


CENTER FOR BROKER SERVICES 1800 F STS NW

WASHINGTON , DC 20405

USA

Primary Point of Contacts:

Maria Kobe