General Services Administration (GSA) seeks to lease office space in San Diego, California

expired opportunity(Expired)
From: Federal Government(Federal)
3CA1523

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 19 Apr, 2024 (10 days ago)

Due Date

19 Apr, 2024 (10 days ago)
Bid Notification

Type

Bid Notification
3CA1523

Identifier

3CA1523
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20141)PUBLIC BUILDINGS SERVICE (15814)PBS R00 CENTER FOR BROKER SERVICES (337)

Attachments (17)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

General Services Administration (GSA) seeks to lease the following space:State: CACity: San DiegoDelineated Area:1. Downtown San Diego Central Business Area:North: West Laurel Street to Laurel StreetEast: Sixth Avenue to San Diego Freeway (Interstate 5)South: San Diego-Coronado Bridge (Hwy 75) to Harbor Drive to East Harbor Drive to West Harbor DriveWest: Pacific Highway2. Central San Diego:North: Claremont Mesa BoulevardEast: Highway 15South: Camino Del Rio SouthWest: Highway 163Minimum Sq. Ft. (ABOA): 27,500Maximum Sq. Ft. (ABOA): 28,875Space Type: OfficeParking Spaces (Total): 3Parking Spaces (Surface): 3Parking Spaces (Reserved): 3Full Term: 15 yearsFirm Term: 10 yearsOption Term: One (1) 2-year option yearsAdditional Requirements:1. Space offered must be located in a prime commercial office building or office park with professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.2. Space offered must allow for access to a private bus
for drop off and pick up. Access point shall be within direct line of site and no more than 50 feet of the main entrance.3. Space offered must be contiguous if offered on single or multiple floors. If offered on multiple floors, contiguous is defined as floors that are vertically stacked, accessible by the same elevator bank, and vertically connected with stairwells.4. Space offered must not have centrally located atriums, light wells, elevator banks, stair wells, vertical shafts or other areas interrupting contiguous space. Space will be considered if the aforementioned are located nearer to the perimeter of the building (submit floorplan(s)).5. Space offered must be within a walkable 2,640-foot distance of at least 4 restaurants of inexpensive or moderately priced fast-food or eat-in restaurants from the principal functional entrance of the building, as determined by the LCO.6. A subway, light rail, or bus stop shall be located within the immediate vicinity of the building, but generally not exceeding a safely accessible, walkable 2,640 feet from the principal functional entrance of the building, as determined by the LCO.7. Space offered must be within a walkable 2,640 feet from the principal functional entrance of the building, as determined by the LCO.8. Space offered shall provide for the efficient layout of a MEPS (Agency): a. Shall not exceed 3:1 length to width ratio. b. Shall not be “U” or “L” shaped. c. Shall not have atriums, light wells or other areas interrupting contiguous space. d. Shall not have irregular space configurations or other unusual building features adversely affecting usage. e. Shall not have column spacing less than 20 feet center to center, or to other fixed structures. f. Shall provide 10 feet ceiling height in specific areas for a ceremony room and audio room (700 ABOA).9. MEPS shall not be located next to where alcoholic beverages are served or sold.10. MEPS shall not be located next to drug and alcohol rehab or confinement facilities.11. MEPS shall not be located where crime exceeds city wide average.12. Ceiling finished heights shall be 9’.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.Offers Due: April 18, 2024Occupancy (Estimated): August 10, 2026Send 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: 3CA1523Government Contact Information (Not for Offer Submission)Christine Wong - Lease Contracting OfficerPhone: (415) 522-5124Email: Christine.R.Wong@gsa.govDan McGrath, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.Phone: (619) 840-7842Email: Daniel.J.Mcgrath@gsa.govNote: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.

San Diego ,
 CA   USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Diego

Office Address : PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW WASHINGTON , DC 20405 USA

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 531120Lessors of Nonresidential Buildings (except Miniwarehouses)
pscCode X1AALEASE/RENTAL OF OFFICE BUILDINGS