Search Contract Opportunities

Lease of Warehouse Space within Region 3   3

ID: 9PA2372 • Type: Presolicitation

Description

Posted: March 23, 2023, 9:19 a.m. EDT

State: Pennsylvania

City: Philadelphia

Delineated Area: Starting at the intersection of Interstate 476 and Route 1, travel north on Route 1 to Route 13, travel north on Route 13 to Levick Street, travel east on Levick Street to the Tacony/Palmyra Bridge, continue east onto Highway 73 to Route 130; travel south on Route 130 to Interstate 76, travel west on Interstate 76 to the Delaware River, following the Delaware River south to Crum Creek, follow Crum Creek west to Interstate 476, travel west on Interstate 476, ending at Route 1.

Minimum Sq. Ft. (ABOA): 22,000 ABOA SF total of mixed space, see the below breakdown

Office 325 USF

Warehouse 21,675 (At least a 8,100 USF block requires a ceiling height of 18'-0 at a minimum measured from floor to the lowest obstruction. The remaining area of the warehouse requires a minimum clearance of 15'-0".)

Maximum Sq. Ft. (ABOA): 25,000 ABOA SF total of mixed space, see the below breakdown

Office 325 USF

Warehouse 24,675 (At least a 8,100 USF block requires a ceiling height of 18'-0 at a minimum measured from floor to the lowest obstruction. The remaining area of the warehouse requires a minimum clearance of 15'-0".)

Space Type: Warehouse

Parking Spaces (Total): 2

Parking Spaces (Reserved and Secured): 2 Reserved, Surface Spaces

Full Term: 15 years

Firm Term: 10 years

Additional Requirements:

1. The space requirement will include 325 ABOA SF of office space. The ceiling height of this area shall be at a minimum 9'-0 measured from floor to the lowest obstruction.

2. All space shall be contiguous. The warehouse space must be located on the ground level and have the ability to facilitate vehicles driving in and out.

3. Column spacing throughout the facility shall be a 12' x 12' minimum.

4. Within the offered space, at least a 8,100 ABOA SF block requires a ceiling height of 18'-0 at a minimum measured from floor to the lowest obstruction. The remaining area of the warehouse requires a minimum clearance of 15'-0".

5. Warehouse areas shall have a minimum live load capacity of 333 pounds per square foot.

6. Building must have the capability of climate control: heated to 55 degrees maximum.

7. The site offered shall be able to accommodate turning radii and drive lanes for deliveries via 72' tractor trailer (AASHTA standard vehicle WB-67). The offeror shall provide a visual diagram that illustrates how this requirement can be met.

8. The configuration of the site must be such that a 72' tractor trailer truck can park fully off of the public street to offload deliveries, within 500 linear feet of the nearest loading bay.

9. The facility and surrounding access drives shall be configured to allow efficient and safe vehicular circulation. Offered locations are subject to a site access evaluation by the Tenant for safety and security reasons, and if deemed unacceptable as a result, the building will be deemed as not acceptable.

Offered space must meet Government requirements for fire safety, accessibility and sustainability standards per the terms of the Lease. A fully serviced lease is not 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.

This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement.

At this time, the Government is only considering existing buildings, and will not consider new construction options.

Expressions of Interest must be received in writing no later than April 7, 2023 by 5:00 PM Eastern Time, and should include the following information at a minimum:

  • Building name and address;
  • Location of space in the building and date of availability;
  • Rentable Square Feet (RSF) offered and full service rental rate per ABOA SF;
  • Floor plans (as-built) identifying offered space;
  • Name, address, telephone number, and email address of authorized contact.

Owners, brokers, or agencts may offer space for consideration. Any propoerties submitted by brokers or agents must be accompanied by written evidence that they are authorizaed by the ownership to exclusively represent the building offered.

Expressions of Interest Due: April 7, 2023

Market Survey (Estimated): May 8, 2023

Occupancy (Estimated): November 1, 2024

Send Expressions of Interest to:

Name/Title: Jennifer La Valle, GSA Leasing Specialist

Office Phone: 267-324-9353

Email Address: jennifer.lavalle@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.

Posted: June 13, 2022, 1:34 p.m. EDT
Posted: April 19, 2022, 2:32 p.m. EDT
Posted: April 18, 2022, 3:06 p.m. EDT
Posted: April 18, 2022, 3:06 p.m. EDT

Overview

Response Deadline
April 7, 2023, 5:00 p.m. EDT (original: May 20, 2022, 5:00 p.m. EDT) Past Due
Posted
April 18, 2022, 3:06 p.m. EDT (updated: March 23, 2023, 9:19 a.m. EDT)
Set Aside
None
Place of Performance
Philadelphia, PA United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
45%
On 4/18/22 PBS Region 3: Mid-Atlantic Region issued Presolicitation 9PA2372 for Lease of Warehouse Space within Region 3 due 4/7/23. The opportunity was issued full & open with NAICS 531120 and PSC X1GZ.
Primary Contact
Name
Jennifer La Valle   Profile
Phone
(267) 324-9353

Secondary Contact

Name
John McFadden   Profile
Phone
(215) 287-7469

Documents

Posted documents for Presolicitation 9PA2372

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 9PA2372

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 9PA2372

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 9PA2372

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R3 OFFICE OF LEASING
FPDS Organization Code
4740-DV000
Source Organization Code
100176873
Last Updated
April 8, 2023
Last Updated By
jennifer.lavalle@gsa.gov
Archive Date
April 8, 2023