Skip to main content

An official website of the United States government

You have 2 new alerts

US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN CHARLOTTE, NC

info alert

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: Presolicitation (Updated)
  • Updated Published Date: Jul 16, 2024 02:58 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 14, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Charlotte , NC
    USA

Description

State: North Carolina

City: Charlotte

Delineated Area: CBD of Charlotte 

Office Minimum Sq. Ft. (ABOA): 21,612 ABOASF

Office Maximum Sq. Ft. (ABOA): 21,612 ABOASF

Parking Spaces (Total): 49

Parking Spaces (Surface): 23

Parking Spaces (Structured):26

Parking Spaces (Reserved): 0

Full Term: 15 Years

Firm Term: 10 Years

Option Term: NA

Additional Requirements:

  • Offered space must be located on:
    • one contiguous floor or
    • contiguous space within multiple floors (must be accessible within the interior space)
    • above ground floor
  •  Offered space should have a minimum of 9ft ceiling.
  •  Offered space should be located outside of courthouses or other federal facilities housing law enforcement agencies.
    *Should an offered space be located within such a facility, the offered space must be, at a minimum, on a different floor than the law enforcement agencies.
  •  Offered space cannot be co-located with other arresting agencies.

Space must be a walkable ¼ mile to a public transit stop. Space shall be located 1) in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; OR 2) on an attractively-landscaped site containing one or more modern office buildings that are professional and prestigious in appearance with the surrounding development well-maintained and in consonance with a professional image.

The parking-to-square-foot ratio available on site shall at least meet current local code requirements, or, in the absence of a local code requirement, on-site parking shall be available at a ratio of one (1) space for every 200 RSF of Space. 

Adequate eating facilities shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles, as determined by the LCO. 

Other employee services, such as retail shops, cleaners, and banks, shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles as determined by the LCO.  Amenities must be existing or Offeror must demonstrate to the Government’s reasonable satisfaction that such amenities will exist by the Government’s required occupancy date.

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 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).

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:

Expression of Interes Due (estimated): 11/27/2023

Market Survey (estimated): December 2023

Occupancy: January 01, 2026

Please reference Project Number 7NC2156 when submitting Expressions of Interest.  If known, please include the information below.

  1. Building name, address and location of the available space within the building.
  2. Rentable Square Feet (RSF) available and expected full service rental rate per RSF.
  3. ANSI/BOMA Office Area (ABOA) Square Feet (SF) to be offered.
  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. List of building services provided.
  8. If known, energy efficiency and renewable energy features existing within the building.
  9. If known, building, space and parking accessibility in compliance with ABAAS.
  10. If known, building, space and parking compliance with fire and life safety and seismic requirements.

Send Expressions of Interest to:

Government Contact:

Broker: Raquel Howard (GSA Broker Contractor)

3424 Peachtree Rd, Suite 2100, Atlanta, GA 30326 | O: 404-504-0012 | raquel.howard@gsa.gov

Lease Contracting Officer: LeShaundra Greer | leshaundra.greer@gsa.gov  | O:404-562-0586 

Contact Information

Primary Point of Contact

Secondary Point of Contact

History