Search Contract Opportunities

U.S. Government Seeks to Lease Office and Related Space in Queens / Western Long Island, New York   5

ID: 3NY0743 • Type: Presolicitation

Description

Posted: Dec. 19, 2022, 8:10 a.m. EST

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

State: New York

City: Queens, Western Long Island

Delineated Area:

From the point of beginning (POB): 159th Street and Rockaway Blvd, Queens, NY

Portions of Queens and Western Long Island, New York roughly bounded by College Point to the Northwest, John F. Kennedy International Airport to the Southwest, Baldwin to the Southeast and Spinney Hill to Northeast.

Please see attached Map

Minimum Sq. Ft. (ABOA): 58,505

Maximum Sq. Ft. (ABOA): 61,430

Space Type: Office and related space

Parking Spaces (Total): 250 (secured, reserved for the exclusive use of the Government). The offered Premises must allow for the installation of twelve (12), Level II, Dual Port, Networked, (208/240V) Electric Vehicle Service Equipment (EVSE) charging stations with a properly sized transformer that supports twenty-four (24) parking spaces. The 24 parking spaces are included as part of 250 required parking spaces. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease.

Parking Spaces (Surface): Either

Parking Spaces (Structured): Either

Parking Spaces (Reserved): 250

Full Term: 20 Years

Firm Term: 20 Years

Option Term: N/A

Additional Requirements:

  • If offered space is not on the first floor, a minimum of 2 passenger elevators or three (3) passenger elevators with one passenger elevator as a combination passenger/freight elevator. If not dedicated for the Government's sole use, the elevators must allow for the Government to control access to Government occupied floors by card access control, destination dispatch, or other methods acceptable to the Lease Contracting Officer (LCO).
  • If the offered space is not on the first floor, the offeror shall provide a freight elevator approximately 6' X 8' having a minimum 3500 lb. capacity near the warehouse area and loading dock. If not dedicated for the Government's sole use, the freight elevator must allow for the Government to control access to Government occupied floors by card access control, destination dispatch, or other methods acceptable to the LCO.
  • Ceilings shall be at a minimum 9 feet and 0 inches and no more than 12 feet and 0 inches measured from floor to the lowest obstruction.
  • The offeror must ensure floor is capable of supporting installation of High density file rooms and associated high density file cabinets. Examples of these filing systems are as follows: Lektriever Type Units: Megastar MegaLift VLM (800-701-1908), 117.5"" x 130"" x 135"", Model: 15654/25B/3410, 3/PE 208V, 17 A, 60Hz #1 MegaStar Media Station 125 (800-701-1908), 128.7"" x 57.37"" x 107.28"", Model: SYS-120-1661-US,2/PE 110 V, 18 A, #2 Hanel Rotomat 700, 116"" x 56.5"" x 106"", 1P 110V, 36.4A, #3 Hanel Rotomat 400, 102.5"" x 52.5"" x 104"", 1P 110V, 22.4A, #4 Kardex Series 2000, 102"" x 59.75"" x 95.5"", 120V, 15A.
  • The building must provide a minimum area of 6' x 15' for a metal detector and X-ray unit in the public area on the lowest floor of occupancy or near the first-floor lobby area.
  • The building must accommodate a smoking pavilion, subject to local ordinance.
  • The building's HVAC system shall be capable of providing an amount of fresh air ventilation to minimize indoor air recirculation, per CDC COVID-19 Employer Information for Office Buildings.
  • The building HVAC systems shall have the capacity to employ internal technology to minimize airborne particles, for example HEPA/MERV-13 filters in addition to UV-C lights, to minimize the spread of airborne pathogens through recirculated air.
  • The building must have a truck (semi-trailer, 18 wheeler, etc.)-level loading dock bay with access to the freight elevator. The loading dock must have a ramp that is suitable to allow a 6K forklift to get on and off the loading dock, OR a material lift at the loading dock.
  • The building must provide space and access for a backup generator pad with approximate sizing of 202 x96 .
  • The offeror must provide 500NSF interior storage space within a 50 foot proximity to the loading dock and freight elevator for pallets and oversized items, acceptable to the LCO. The 500 NSF storage space is considered a part of the Government's usable square footage.
  • The building must provide antennae and satellite space on the roof. Minimum structural capacity of roof slab around antennae/satellite location shall be uniform live load of 100 pounds per square foot.
  • The Facility must allow for installation of a minimum of seven (7) electrical vehicle charging stations servicing fourteen (14) parking spaces, included in its parking spaces indicated above.
  • The building must not be more than 1 2 mile proximity to public transportation accessible by continuous sidewalks, walkways, or pedestrian crosswalks.
  • The primary functional entrance of the Building shall be within safely accessible, walkable 2,640 foot (1/2 mile) distance of at least FIVE (5) instances of amenities, two of which must be inexpensive or moderately priced fast-food or eat-in restaurants. The remaining THREE (3) instances must fall within at least 2 of the Diverse Use Categories shown below:
    • Food Retail - Supermarket, Other food store with produce
    • Community-Serving Retail - Clothing store or department store selling clothes, Convenience store, Farmer's market, Hardware store, Pharmacy, Other retail
    • Services - Bank, Gym, Health club, Exercise studio, Hair care, Laundry, Dry cleaner, Restaurant, Caf , Diner (excluding establishments with only drive-through)
    • Civic and Community Facilities: Adult or senior care (licensed), Child care (licensed), Community or recreation center, Cultural arts facility (museum, performing arts), Educational facility (including K 12 school, university, adult education center, vocational school, community college), Family entertainment venue (theater, sports), Government office that serves public on-site, Place of worship, Medical clinic or office that treats patients, Police or fire station, Post office, Public library, Public park, Social services center
    • To be considered, amenities must be accessible from the Building by continuous sidewalks, walkways, or pedestrian crosswalks. Amenities must be existing or the Offerors must demonstrate to the Government's reasonable satisfaction that such amenities will exist by the Government's required occupancy date.
  • The building must meet the Facility Security Level (FSL) 3 security requirements as set forth by FAA Order (FAO) 1600.69C, Facility Security Management Program (FSMP). FSL III Security requirements are available upon request.
  • The offeror must provide a current full set of construction documents in AutoCAD including, but not limited to architectural, mechanical, electrical, plumbing, fire protection, structural, and site plans. To the extent a requirement referenced in this section conflicts with any other requirement of the Market Survey, the more stringent shall apply.
  • Offered Premises shall be located no more than one (1) mile from the nearest Expressway/Parkway.

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.

The ABOA square footage range noted above will be finalized after the market survey date noted below but prior to the issuance of the Request for Lease Proposals.

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.

Expressions of Interest Due: December 21, 2022

Market Survey (Estimated): To be determined, if needed

Occupancy (Estimated): April 3, 2025

Send Expressions of Interest to:

Vincent LaManna, First Vice President

CBRE

Advisory & Transaction Services

58 S. Service Road, Suite 410

Melville, NY 11747

Office: (631) 370-6046

Email Address: vincent.lamanna@cbre.com

Government Contact Information:

GSA Lease Contracting Officer - Eduardo Vidal

CBRE Local Brokers - Vincent LaManna, Ralph Guiffre and Richard Freel

CBRE Transaction Manager - Maria Kobe

Posted: July 25, 2022, 9:02 a.m. EDT

Overview

Response Deadline
Dec. 21, 2022, 5:00 p.m. EST (original: Aug. 15, 2022, 5:00 p.m. EDT) Past Due
Posted
July 25, 2022, 9:02 a.m. EDT (updated: Dec. 19, 2022, 8:10 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$34 Million
Est. Level of Competition
Low
Odds of Award
54%
On 7/25/22 Broker Services issued Presolicitation 3NY0743 for U.S. Government Seeks to Lease Office and Related Space in Queens / Western Long Island, New York due 12/21/22. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Vincent LaManna   Profile
Phone
(631) 370-6046

Documents

Posted documents for Presolicitation 3NY0743

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 3NY0743

Award Notifications

Agency published notification of awards for Presolicitation 3NY0743

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 3NY0743

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 3NY0743

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
Jan. 5, 2023
Last Updated By
maria.kobe@gsa.gov
Archive Date
Jan. 6, 2023