Search Contract Opportunities

United States Government Seeks to lease Office and Related Space in Winona, MN   2

ID: GS-05P-LMN00673 • Type: Award Notice • Match:  85%
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-LMN00673

Procurement Type: Award Notice

Statement of Requirements: The Government is seeking to lease office and related space in Winona, MN for a minimum of 3,371 ANSI/BOMA Office Area (ABOA) and a maximum of 3,540 ABOA.

City, State: Winona, MN

Delineated Area:

North: Riverview Drive to Huff Street to W. 2nd Street

South: Highway 61/14

East: Mankato Ave to East 8th Street to South Louisa Street to Bruski Drive

West: Peltzer Street

Minimum Sq. Ft. (ABOA): 3,371

Maximum Sq. Ft. (ABOA): 3,540

Space Type: Office and Related Space

Parking Spaces (Total): Per Local Code

Parking Spaces (Surface): n/a

Parking Spaces (Structured): n/a

Parking Spaces (Reserved): n/a

Full Term: 15 Years

Firm Term: 10 Years

Option Term: n/a

Additional Requirements:

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

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 on site 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.

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 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.

Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less.

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 7:00 a.m. to 5:30 p.m. (excluding Saturdays, Sundays and Federal Holidays).

An offeror must be registered and active in the System for Award Management (SAM) to respond to a request for lease proposal (RLP). SAM registration is not required prior to responding to this advertisement, but is required at the time of initial offer submission which will be established at issuance of the RLP. Offerors without an active SAM registration at the time of initial offer submission established by the RLP cannot be considered for the procurement. It is recommended that potential offerors register or verify their current registration is active at SAM.gov.

Expressions of Interest should include the following:

  1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.
  2. Identification of public transit routes/stops near the property offered.
  3. Rentable square feet available and expected rental rate per rentable square foot, fully serviced.
  4. 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.
  5. Date of space availability.
  6. Building ownership information.
  7. Brokers submitting properties must show authorization from the property owner to submit property on behalf of the property owner.
  8. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any).
  9. Energy efficiency and renewable energy features existing within the building.
  10. List of building services provided.

In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative.

Overview

Award ID
GS-05P-LMN00673
Reported Award
$1,212,697
Award Date
Oct. 12, 2021
Posted
Oct. 13, 2021, 10:49 a.m. EDT
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Winona, MN United States
Source
United States Government Seeks to lease Office and Related Space in Winona, MN (GS-05P-LMN00673) was awarded to Woodworth Family on 10/13/21 by Broker Services.
Primary Contact
Name
Will Shelly   Profile
Phone
(703) 852-6220

Secondary Contact

Name
Christopher Bonfiglio   Profile
Phone
(312) 353-4866

Documents

Posted documents for Award Notice GS-05P-LMN00673

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-LMN00673

Award Notifications

Agency published notification of awards for Award Notice GS-05P-LMN00673

Similar Active Opportunities

Open contract opportunities similar to Award Notice GS-05P-LMN00673

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
Oct. 13, 2021
Last Updated By
will.shelly@gsa.gov
Archive Date
Oct. 27, 2021