Texas Bids > Bid Detail

General Services Administration Lease (2AR0296): office space Forrest City AR

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159371527308551
Posted Date: Feb 6, 2023
Due Date: Feb 8, 2023
Solicitation No: 2AR0296
Source: https://sam.gov/opp/9099fd747f...
Follow
General Services Administration Lease (2AR0296): office space Forrest City AR
Active
Contract Opportunity
Notice ID
2AR0296
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 06, 2023 01:20 pm EST
  • Original Response Date: Feb 08, 2023 06:30 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Fort Worth , TX 76102
    USA
Description

Presolicitation Notice/Advertisement GSA Public Buildings Service



U.S. GOVERNMENT





General Services Administration (GSA) seeks to lease the following space:







State:





AR





City:





Forrest City





Delineated Area:





North: Eldridge rd. to Sanyo rd. to N. Washington st. to Holiday Dr. East: 284 to Kittle rd. South: 70 to S. Washington st. to Dr. Martin Luther King dr. to N. Stewart dr. to 70 West: Turner rd. to Dawson rd. to Industrial rd.





Minimum Sq. Ft. (ABOA):





11,108





Maximum Sq. Ft. (ABOA):





11,200





Space Type:





Office





Parking Spaces (Total):





0





Parking Spaces (Surface):





0





Full Term:





10





Firm Term:





5





Option Term:





NA





Additional Requirements:





The space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer.



Space must be contiguous, without being split by a public corridor.



Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an efficient use of space. Columns must be at least 20 feet apart (Center to Center) and 20 feet from any interior wall and be no more than one foot square.



The following space configurations will not be considered: space with atriums or other interrupting contiguous space; extremely long or narrow runs of space irregularly shaped space configurations or other unusual



11/2022



NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.



ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.



NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.



ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.



11/2022





building features adversely affecting usage.



Offered space should have no history of prior heavy industrial use, including, but not limited to, large dry-cleaning operations, rail yards, gas stations, and industrial facilities.



The space shall not be located in areas zoned for industrial or warehouse use.



The space shall not be located immediately adjacent to railroad tracks.



Space shall not be located near liquor establishments (a retail shop that predominantly sells prepackaged alcoholic beverages intended to be consumed off the store’s premises) or where there are tenants related to drug treatment or detention facilities.



Space will not be considered where apartment space or other living quarters are located within the building.



Public transportation shall be available within 600 feet (or two blocks, whichever is less) from the building entrance.



Space shall be located not more than the equivalent of two city blocks from the primary or secondary street serving the office or the lessor/contractor shall provide acceptable signage from the primary or secondary street at no separate cost.



Space shall not share the parking lot with or be adjacent to convenience stores.



Sites which are located directly on a highway or 6-lane thoroughfare shall not be considered in the following instances:



If the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block;



If the location access is directly from a highway, unless there is a traffic control device within two blocks or equivalent from the proposed office space.



Parking for the handicapped must be located within the same block. If onsite parking is not available, secure employee/visitor parking facilities must be available within 600 feet (or two blocks, whichever is less) of the office and must be within reasonable commercial rates.





Action: Choose whether or not a fully serviced lease is required. Also choose 1-PERCENT-ANNUAL-CHANCE floodplain (formerly referred to as “100-year” floodplain) unless requirement is identified by agency as a critical action.



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.











action required:



use this section for pre-solicitation NOTICE/ADVERTISEMENTS seeking expression of interest. DO not use for rlp procurement summary.





Action required: for pre-solicitation NOTICES/ADVERTISEMENTS seeking expressions of interest, insert the following language only for potential sole source succeeding lease actions. Delete for procurement summary page.



do not use for full and open procurements.



note that any figures used for a cost benefit analysis (CBA) must be supportable.



Consideration of “non-productive agency downtime” in a CBA should be rare.



11/2022



NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.



ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.



NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.



ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.



11/2022



The U.S. Government currently occupies office and related space in a building under a lease in Forrest City, AR that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.





"Expressions of Interest (EOI) must include the following information:



Building name and address and location of the available space within the building;



Available Space



Indicate whether EOI is ANSI/BOMA office area square feet (ABOAF) to be offered /or Rentable square feet (RSF) available



If RSF, please provide Method of rentable space measurement;



Fully Serviced Rate



Indicate whether rate is per and expected rental rate per rentable square foot, fully serviced. or if the rental rate is per ABOAF, fully serviced.



Indicate whether or not quoted rental rate includes an amount for tenant improvement and state the amount, if any



Date of space availability



Building ownership information;



If applicable, Amount of parking available on site and its cost. Include whether expected rental rates include the cost of the required Government parking;











Expressions of Interest Due:





5:00 PM CST, 2/8/2023





Occupancy (Estimated):





6/4/2025







Send Expressions of Interest to:









Name/Title:





Paul Wilhems/Contracting Officer





Email Address:





Paul.Wilhems@gsa.gov





Government Contact Information





Leasing Specialist/Lease Contracting Officer





Paul Wilhems





Project Manager





Shelli Patterson


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 06, 2023 01:20 pm ESTPresolicitation (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.

Start Free Trial Today >