Search Contract Opportunities

US GOVERNMENT / GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN BENICIA, CA   2

ID: 8CA3545 • Type: Presolicitation

Description

U.S. GOVERNMENT

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

State:

CA

City:

Benicia

Delineated Area:

City Limits of Benicia

Minimum Sq. Ft. (ABOA):

17,447

Maximum Sq. Ft. (ABOA):

17,447

Space Type:

Flex

Parking Spaces (Total):

8

Parking Spaces (Surface):

8

Parking Spaces (Structured):

0

Parking Spaces (Reserved):

0

Full Term:

10 years, with termination rights after 120 days

Firm Term:

5 years

Option Term:

none

Additional Requirements:

1. Offered space shall be in a modern quality building of sound and substantial construction in good condition acceptable to the LCO; if not a new building, the space offered shall be in a building that has undergone, or will be completed by occupancy, modernization or adaptive reuses for the space with modern conveniences.

2. Must be in contiguous space.

3. CRITERIA THAT ELIMINATES COMMERCIAL SPACE FROM CONSIDERATION FOR NEW OFFICE SPACE:

i. Proposed office space is on the first floor of a multi-tenanted building or below the first floor of the building.

ii. Proposed office space is on the top floor of the building and rooftop access is within the space.

iii. Proposed office space is inside a shopping mall or shopping center.

iv. Proposed building houses day care facilities, abortion clinics, mental health clinics, or drug rehabilitation clinics, immigration, probations, public defenders, and/or social services (including but not limited to: Social Security Administration (SSA) and Department of Health and Human Services (HHS)) within the building.

v. Proposed building will not or cannot accommodate secured parking for TENANT official vehicles at this facility.

vi. Proposed building or parking facility is within 1,000 feet of agencies or tenants identified in iv. Above.

vii. Proposed office space is located in a high crime area or an area that will necessitate more extensive and stringent building security than a generally progressive and alert neighborhood with a low crime rate.

4. Floors that have multiple building core items (multiple elevator banks, multiple stairwells, and multiple mechanical rooms) will not be accepted when they are not centrally located in the center of a space. These items cannot be within TENANT space

5. Secured parking spaces are required for government vehicles. The government requires a parking garage with a secure fenced/divided area or on-grade lot within a secure fenced area. Access to the parking area is required at all times - 24 hours a day/7 days a week (24/7. If parking cannot be provided on-site (i.e. basement garage, attached building garage, or site lot), parking should be located within a two-block radius of the office. Access to the parking lots must be controlled. Parking spaces cannot be in a shared lot with buildings that house agencies or tenants listed in item iv above.

6. The building should be a single story structure, however a two-story building will be considered providing ATF occupies the first and second floors and the building meets ADA requirements.

7. Minimum ceiling clearance in the workshop areas (3,000 SF) must be 15 feet or greater and the building must have at least one (one) 14 feet high by 12 feet wide electrically operated overhead coiling garage door. The garage door entry must be grade level or have an adequate ramp to drive vehicles in and out of the space. If the building does not have existing garage doors, the building must be able to accommodate 14 feet high doors. ATF will not consider any space or facility where other tenants are located above or below them.

  • WAREHOUSE SPACE REQUIREMENTS:
    1. Slab to ceiling, minimum 15'-0 clear height.
    2. A minimum of 25' column to column spacing
    3. Drive-in capability (i.e. slab on grade access or ramp access)
  • Antenna roof space shall be made available.
  • Access to space must be available on a 24/7 basis.

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.

The U.S. Government currently occupies office and related space in a building under a lease in Benicia, CA 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 Due:

September 9, 2022

Market Survey (Estimated):

September 28, 2022

Occupancy (Estimated):

January 1, 2024

Send Expressions of Interest to:

Name/Title:

John Winnek

Address:

Cushman & Wakefield

900 Wilshire Blvd., Suite 2400

Los Angeles, CA 90017

Phone:

213-629-6586

Email Address:

john.winnek@gsa.gov

Government Contact Information

GSA Lease Contracting Officer

Stephen Janssen

e-mail: stephen.janssen@gsa.gov

phone: 917-675-0957

GSA Project Manager

Joyce Law-Fong

e-mail: joyce.law@gsa.gov

phone: 415-317-5850

Broker

John Winnek, Cushman & Wakefield

e-mail: john.winnek@gsa.gov

phone: 213-629-6586

Expressions of interest must include the following information:

1. Building/site name and address and location of the available space within the building/site;

2. Rentable square feet available and expected rental rate per rentable square foot (for each space type: Office and Warehouse), showing the rent broken into Shell rent and Operating expense rent;

3. ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any);

4. Date of space availability;

5. Building ownership information;

6. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any);

7. Energy efficiency and renewable energy features existing within the building and if it is Energy Star rated;

8. List of building services provided;

9. One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans and proposed space, or proposed site layout;

10. Name, address, telephone number, and email address of authorized contact;

11. In cases where an agent is representing multiple ownership entities, written acknowledgement;

12. Your letter must include the Solicitation # listed in this advertisement and be emailed or mailed to the Primary point of Contact;

13. Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to the advertisement.

Overview

Response Deadline
Sept. 9, 2022, 7:00 p.m. EDT Past Due
Posted
Aug. 18, 2022, 7:06 p.m. EDT
Set Aside
None
Place of Performance
San Francisco, CA USA
Source
SAM
Current SBA Size Standard
$34 Million
Odds of Award
54%
On 8/18/22 Broker Services issued Presolicitation 8CA3545 for US GOVERNMENT / GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN BENICIA, CA due 9/9/22. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
John Winnek   Profile
Phone
(213) 629-6586

Documents

Posted documents for Presolicitation 8CA3545

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 8CA3545

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 8CA3545

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 8CA3545

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS CENTRAL OFFICE - BROKER SVCS
FPDS Organization Code
4740-BQ000
Source Organization Code
100180061
Last Updated
Aug. 18, 2022
Last Updated By
jackie.olson@gsa.gov
Archive Date
Aug. 18, 2022