Search Contract Opportunities

U.S. Government Seeks to Lease Office and Related Space in Defiance, OH   2

ID: GS-05P-LOH01055 • Type: Award Notice • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Request for Lease Proposals No: GS-05P-LOH01055

Procurement Type: Pre-solicitation

Date Posted: 9/14/2021

Statement of Requirements: The U.S. Government currently occupies office and related space in a building under lease in Defiance, OH that is expiring. The Government is considering only alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government requirements, as well as costs incurred through relocating, such as physical moving costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime.

City, State: Defiance, OH

Delineated Area: City Limits of Defiance, OH

Minimum Sq. Ft. (ABOA): 7,654 ABOA SF

Maximum Sq. Ft. (ABOA): 8,037 ABOA SF

Space Type: Office and Related Space

Full Term: 10 years

Firm Term: 5 years

Option Term: N/A

Additional Requirements:

Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.

Space shall be located in a professional office setting and preferably not within close proximity to residential areas, railroad tracks or power transmission lines.

Space will not be considered where any living quarters are located within the building.

Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.

Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities.

Employee and visitor entrances of the Building must be connected to public sidewalks or street by continuous, accessible sidewalks.

Regularly scheduled public transportation (if provided by municipality) during the workday is required within 1000 feet.

Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the building. The parking-to-square-foot ratio available onsite shall at least meet current local code requirements . Restricted or metered parking of one hour or less within the two block area of the space does not meet parking requirements.

Subleases are not acceptable.

Office space must be contiguous, on one floor.

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, and angles, curves or offsets that will result in an inefficient use of space.

The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.

Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less than twenty (20') feet

The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.

If space offered is above ground level, at least two (2) accessible elevators will be required.

The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration.

The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).

Note that GSA will be using the Lease Offer Platform (LOP) Application for this procurement. LOP will enable Offerors to electronically offer space for lease to the Federal Government, through the Requirement Specific Acquisition Platform (RSAP). The offer submission process is web-enabled, allowing all registered participants to submit and update offers to lease space to the Government in response to a single RLP for a specific space requirement.

Overview

Awardee
Award ID
GS-05P-LOH01055
Reported Award
$2,174,203
Award Date
July 6, 2022
Posted
July 6, 2022, 3:57 p.m. EDT
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Defiance, OH USA
Source
U.S. Government Seeks to Lease Office and Related Space in Defiance, OH (GS-05P-LOH01055) was awarded to CGB Properties on 7/6/22 by Broker Services.
Primary Contact
Name
Will Shelly   Profile
Phone
(703) 852-6220

Secondary Contact

Name
June Beecham   Profile
Phone
(312) 636-7485

Documents

Posted documents for Award Notice GS-05P-LOH01055

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Award Notice GS-05P-LOH01055

Award Notifications

Agency published notification of awards for Award Notice GS-05P-LOH01055

Similar Active Opportunities

Open contract opportunities similar to Award Notice GS-05P-LOH01055

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
July 21, 2022
Last Updated By
will.shelly@gsa.gov
Archive Date
July 21, 2022