US GOVERNMENT SEEKS TO LEASE SPACE IN NORTH LAS VEGAS, NV
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: Feb 28, 2022 09:20 am PST
- Original Published Date: Mar 23, 2021 03:37 pm PDT
- Updated Response Date: Mar 28, 2022 04:00 pm PDT
- Original Response Date: Apr 23, 2021 01:00 pm PDT
- Inactive Policy: Manual
- Updated Inactive Date: Mar 29, 2022
- Original Inactive Date: May 08, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
- NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
- Place of Performance: North Las Vegas , NVUSA
Description
U.S. GOVERNMENT
Solicitation 0NV2111
General Services Administration (GSA) seeks to lease the following space:
State:
Nevada
City:
North Las Vegas
Delineated Area:
West: Rancho Drive, to Highway 95
East: Losee Road
North: Elkhorn Road to Aliante Parkway, to Bruce Woodbury Beltway
South: Cheyenne Ave
Minimum Sq. Ft. (ABOA):
16,062
Maximum Sq. Ft. (ABOA):
16,865
Space Type:
Office
Parking Spaces (Total):
2
Full Term:
15 years
Firm Term:
10 years
Option Term:
None
Additional Requirements:
1. Interested parties may submit space in office. Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be acceptable.
2. Ground floor space is preferred; however, space above ground is acceptable as long as the building has 2 passenger elevators.
3. If offered space is above the ground floor, and on a multi-tenant floor, the building must accommodate visitor queueing prior to the agency opening its doors at 9:00 a.m.
4. Minimum access to leased space on Monday through Friday from 7:00 a.m. to 5:30 p.m. and Saturday from 7:00 a.m. to 1:00 p.m. with janitorial services to be provided on weekdays between 7:00 a.m. and 5:00 p.m.
5. Reflect efficient use of space demonstrated by configuration:
- The size, number, and placement of columns such that columns must be at least 20 feet from any interior wall and from each other and be no more than 2 feet square.
- Space may not be more than twice as long as it is wide.
- Space must be contiguous and not separated by a public or fire life safety corridor.
6. Office has approximately 64 employees and 362 daily visitors on average. Over and above the parking required by local code, offered locations must be able to accommodate employee and visitor parking in public lots or street parking within 1,310 walkable feet of offered building’s entrance.
7. Offered space must be located within two (2) blocks of public transportation and within one mile of restaurants and shopping. Space offered must be located within the equivalent of two city blocks from a primary or secondary street. The route of travel from the primary or secondary street must be direct. Locations that have obscure or difficult access, as judged by the government, will not be considered.
8. Office space must not be located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or injurious odors detectable within the office space.
9. Sites which are located directly on a highway or six-lane thoroughfare will not be considered if the office is not immediately accessible from both directions of traffic, and traffic devices are not located to control left turning traffic.
10. Retail Space 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.
GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized broker representative.
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.
Initial Offers Due:
March 28, 2022
Occupancy (Estimated):
August 1, 2023
Broker Contact:
Bruce Keyes, Cushman & Wakefield
Email:
bruce.keyes@gsa.gov
Phone:
719-237-5740
Government Contact Information
GSA Lease Contracting Officer:
Carl Brown
Email:
carl.brown@gsa.gov
Phone: 415-516-8582
Attachments/Links
Contact Information
Contracting Office Address
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Bruce Keyes
- bruce.keyes@gsa.gov
- Phone Number 7192375740
Secondary Point of Contact
- Dan Palmeri
- dan.palmeri@gsa.gov
- Phone Number 7023555402
History
- Mar 29, 2022 08:55 pm PDTPresolicitation (Updated)
- Feb 28, 2022 08:03 am PSTPresolicitation (Updated)
- May 08, 2021 08:56 pm PDTPresolicitation (Updated)
- Mar 23, 2021 03:37 pm PDTPresolicitation (Original)