The US Government seeks to lease 15,600 ABOA SF of office and related space in Carolina, Puerto Rico.
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jan 05, 2022 04:29 pm EST
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 10, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
General Services Administration (GSA) seeks to lease the following space:
State:
Puerto Rico
City:
Carolina
Delineated Area:
North: PR#188 Int. PR#187 continuous on PR#187 connecting with PR#37 connecting with PR#26 until Int. with PR#2 South
West: From PR#2 south continuous until Int. PR#1 continuous on PR#1 to connect with PR#36 east (ave. Boriquen) until Int. with PR#27 (Ave Barbosa) south. Continuous on PR#27 until reach PR#3 west until connects with PR#1 south. Continuous on PR#1 until Int. with PR#21 west until Int. with Wilson Street south. Continuous on Wilson Street. south until Int.Ave Ramirez de Arellano south connecting with PR#177 west until Ave. Los Filtros south.
South: Ave Los Filtros Int. PR#199 continuous east until int. PR#876 south. PR#876 south continuous until Int. PR#8860 east. Continous on PR#8860 east until Int. PR#887 east connecting with PR#66 east. Continous on PR#66 until exit to PR#188.
East: On PR#188 continuous until Int. with PR#187
Minimum Sq. Ft. (ABOA):
15,000
Maximum Sq. Ft. (ABOA[HA1] ):
15,600
Space Type:
Office
Parking Spaces (Total):
16 spaces minimum
Full Term:
10 years
Firm Term:
5 years
Additional Requirements:
• ABOVE-GROUND SPACE IS REQUIRED. FIRST FLOOR SPACE IS PREFERRED. IF THE SPACE CANNOT BE LOCATED ALL ON ONE FLOOR, SPACE MUST HAVE AT LEAST ONE 5,500 ABOA SF BLOCK OF CONTIGUOUS SPACE (PREFERRED FIRST FLOOR) TO MEET THE MINIMUM SPACE REQUIREMENT. IF SPACE IS NOT AVAILABLE ON THE FIRST FLOOR, THEN IT MUST BE LOCATED NEAR AN ELEVATOR LOBBY, WHERE THE ENTRY IS PLAINLY VISIBLE TO VISITORS. IF ENTIRE OFFERED SPACE IS ON MULTIPLE FLOORS, CONTIGUOUS FLOORS PREFERRED. BUILDING COMMON RESTROOMS MUST BE AVAILABLE AND CONVENIENTLY LOCATED FOR USE BY VISITORS.
• FOOD AMENITIES MUST BE LOCATED WITHIN APPROXIMATELY 0.5 MILES OR 10 MINUTES WALKING DISTANCE OF THE OFFERED LOCATION.
• PUBLIC TRANSPORTATION SHOULD BE WITHIN APPROXIMATELY 0.5 MILES OR 10 MINUTES WALKING DISTANCE.
•SEPARATE PUBLIC AND EMPLOYEE BUILDING ENTRIES PREFERRED
•THE BASE BUILDING MUST PROVIDE COMMON AREA RESTROOMS THAT COMPLY WITH ALL APPLICABLE LOCAL CODES. THEY MUST BE LOCATED ON EACH FLOOR THAT THE TENANT AGENCY OCCUPIES AND BE WITHIN 200’ OF THE TENANT SUITE ENTRY OR ENTRIES.
•GENERAL OFFICE SPACE SHALL HAVE A CEILING HEIGHT OF A MINIMUM 8’-6”
•BUILDING MUST BE ABLE TO ACCOMMODATE A LIVE FLOOR LOAD RANGE OF 50-200 LBS. PER SQUARE FOOT.
•BUILDING MUST BE ABLE TO PROVIDE FIBER OPTIC CABLE INFRASTRUCTURE.
•BUILDING MUST NOT BE LOCATED IN 100-YEAR FLOODPLAIN AND MUST BE ABLE TO MEET ALL SEISMIC COMPLIANCE STANDARDS.
•THE GOVERNMENT SHALL HAVE ACCESS TO THE SPACE 24 HOURS A DAY, 7 DAYS A WEEK.
•SPACE SHOULD ALLOW FOR EFFICIENT LAYOUT AND OFFICE WORKFLOW. COLUMNS MUST HAVE REGULAR SPACING OF SUFFICIENT DISTANCE TO SUPPORT EFFECTIVE DESIGN.
•THE GOVERNMENT REQUIRES A FULLY SERVICED LEASE.
•SUBLEASES WILL NOT BE CONSIDERED.
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.
***********************************************************************************************
Expressions of Interest Due:
January 3, 2022
Market Survey (Estimated):
February 2022
Occupancy (Estimated):
August 25, 2022
Send Expressions of Interest to:
Name/Title:
Ann Hay
Email Address:
Ann.hay@gsa.gov
Office Number
843-209-9460
With a Copy to:
Name/Title:
Vanessa Perez
Email Address:
vanessam.perez@am.jll.com
Office Number
787-239-9738
Name/Title:
Gerrit Voogt
Email Address:
Gerrit.voogt@gsa.gov
Office Number
202-719-5844
Government Contact Information
Lease Contracting Officer
Rita Bradley
Broker
Ann Hay
Gerrit Voogt
Yolanda Morgan-Wells
Broker Firm
JLL
Contact Information
Primary Point of Contact
- Ann Hay
- Ann.Hay@gsa.gov
- Phone Number 2027195881
Secondary Point of Contact
- Gerrit Voogt
- gerrit.voogt@gsa.gov
- Phone Number 2027195844