Skip to main content

An official website of the United States government

You have 2 new alerts

The Government is seeking 3,430 ANSI BOMA Sq Ft of Office and related space in Hato Rey/ San Juan, Puerto Rico

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 21, 2024 03:56 pm EST
  • Original Published Date: Feb 21, 2024 03:55 pm EST
  • Updated Response Date: Mar 12, 2024 05:00 pm EDT
  • Original Response Date: Mar 12, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 13, 2024
  • Original Inactive Date: Mar 13, 2024
  • 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:
    San Juan , PR
    USA

Description

Presolicitation Notice/Advertisement    GSA Public Buildings Service

U.S. GOVERNMENT – “3PR0143”

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

Territory:    Puerto Rico
City:    Guaynabo/Hato Rey / San Juan

Delineated Area:    

North: Heading east on Expreso Jose De Diego/Interstate PR-22; int PR 1 east
East: Heading south on Avenida Luis Munoz Rivera/PR-1 S; Continuing onto PR-1 N to Puerto Rico 52S Expreso Jose Luis Ferre continue onto PR 177 west.
South: PR 177 heading west continuing onto Expreso Rafael Martinez Nadal/PR-20 south to Marginal Expreso Rafael Martinez Nadal, continuing onto Calle PR-169 west onto Francisco Carvajal Avenue onto Calle E west continuing onto Calle B south continuing onto Ave Santa Ana north continuing onto /PR-177 west.
West: on PR 177 heading west to PR 174, to PR 5 heading north. until int PR-22 east.

Minimum Sq. Ft. (ABOA):    3,430
Maximum Sq. Ft. (ABOA):    3,602
Space Type:    Office and Related Space
Parking Spaces (Total):    17 - Secured
Parking Spaces (Reserved):    17
Full Term:    120 months
Firm Term:    60 months
Option Term:    One (1) Five-year Priced Renewal Option

Additional Requirements:    

1.    Subleases are not acceptable.

2.    Ground level is not a requirement but is preferred.  If there is no space on the ground floor the offered space should not exceed the 3rd floor.

3.  The offered space should be contiguous.

4.    Parking Secured Space for government vehicle with fence or gate controlled is required.

5.    For effective space utilization, a minimum of 20’-0” o.c. between structural elements (columns, core, curtain wall, etc.) is required. For most efficient office layouts on window walls, mullion spacing of 5’-0” o.c. is preferred.

6.    General office space must have a ceiling height of a minimum 9’-0” AFF. Ceiling Heights in the MDF, IDF or other equipment rooms shall be a minimum of 9’-0” clear and have sufficient space above the ceiling for independent HVAC units, ducting, cable trays, or other necessary devices.

7.    The Government will utilize fiber optic and/or copper twisted pair cabling for backbone services. Offered premises must provide at least one (1) Internet/Telecom service provider, two (2) are preferred with connections terminating directly inside secured Telecommunications Room (MDF).

8.    The offered space must have full load generator or capacity to add a full load generator to allow the continue agency operation.

9.    Public Transportation should preferably be within approximately 0.5 miles or 10 minutes walking distance.

10.  Freight elevator is required if offered space is not on the ground floor.

11.   A building loading area is required.

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. All operation services, janitorial supplies, utilities, and tenant alterations are to be provided as part of the rental consideration.

Offered space should 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 must be received in writing no later than March 12, 2024, by 5:00PM EST, and must include the following information at a minimum:

1.    Building name and address.

2.    Location of the available space within the building and date of availability.

3.    The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.

4.    Identification of public transit routes/stops near the property offered.

5.    Rentable square feet available, and expected rental rate per rentable square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state amount, if any

6.    ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced which includes all janitorial and agency utilities.

7.    Ceiling height details throughout the offered space.

8.    Freight elevator weight capacity

9.    Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any).

10.    Building ownership information.

11.    Energy efficiency and renewable energy features existing within the building.

12.    List of building services provided.

13.     Name, address, telephone number, and email address of authorized contact.

Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.

Expressions of Interest Due:    03/12/2024
Market Survey (Estimated):    03/26/2024
Occupancy (Estimated):    6/18/2025


Send Expressions of Interest to:

Name/Title:    Helga Pinero | Licensed Realtor & Broker 
GSA Broker Services Contractor | HMP Properties
O: (787) 627-5737
hpineiro@hmppropertiespr.com

Name/Title:    Dominic Vedder | Transaction Manager 
GSA Broker Services Contractor | CBRE, Inc.
O: (703) 852-6215
dominic.vedder@gsa.gov

Name/Title:    Duncan Wieland | Transaction Manager 
GSA Broker Services Contractor | CBRE, Inc.
O: (571) 355-1295
duncan.wieland@gsa.gov

Government Contact Information
Lease Contracting Officer    Eduardo Vidal eduardo.vidal@gsa.gov
Leasing Specialist    Thomas Landron Morales thomas.landronmorales@gsa.gov

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History