US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN SAN ANTONIO, TX
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 24, 2022 10:52 am CST
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Mar 05, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: San Antonio , TXUSA
Description
GSA Public Buildings Service
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space
In San Antonio, Texas
RLP No. 9TX3182
State:
Texas
City:
San Antonio
Delineated Area:
North: Wurzbach Pkwy. to NW Military Parkway (1535) to 1604.
East: N/S New Braunfels Avenue
South: Highway 90 / I-10
West: I-10
Office Sq. Ft. (ABOA):
18,714 ABOA SF
Parking Spaces (Total):
13 reserved surface spaces
131 spaces must be commercially available on-site or within ¼ mile walking distance, see Additional Requirements.
Parking Spaces (Surface):
131
Parking Spaces (Structured):
Parking Spaces (Reserved):
13
Full Term:
17 Years
Firm Term:
15 Years
Option Term:
N/A
Additional Requirements:
At a minimum this project shall obtain LEED - Certification for Commercial Interiors (LEED-CI) for existing buildings or LEED – Silver Certification for New Construction (LEED-NC) for new buildings. The successful Lessor, at the Lessor’s cost and expense, shall obtain certification from the U.S. Green Building Council (USGBC) within nine (9) months of project occupancy.
Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception.
Public Transportation: A commuter rail, light rail, or subway station shall be located within the immediate vicinity of the building, but generally not exceeding a walkable 1/2 mile, as determined by the LCO. Alternatively, two or more public bus lines usable by tenant occupants and their customers shall be located within the immediate vicinity of the building, but generally not exceeding a walkable ¼ mile, as determined by the LCO. Bus stops to occur on a regular, frequent basis (schedule required to be provided).
A loading area with double doors or an overhead door must be available in the building in which the space is offered for the handling of pallet sized loads. The loading area is not required to be above-grade.
The public entrance to the building must be located more than 300 walkable feet to schools (K-12).
Offered space must be within the delineated area and must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 year flood plain.
SUBMISSION REQUIREMENTS:
Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids or a request for proposals):
- Building name/address and the location of available space within the building;
- Rentable square feet available and the expected rental rate per rentable square foot, fully serviced;
- ANSI/BOMA office area (ABOA) square feet to be offered and the expected rental rate per ABOA square foot, fully services. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any);
- Date of space availability;
- Building ownership information;
- Amount of parking available onsite and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any);
- Energy Efficiency and renewable energy features existing within the building;
- List of building Services provided.
- One-eighth inch scale drawing of space offered.
- Name, address, telephone number, and email address of authorized contact.
- In cases where an agent is representing multiple ownership entities, written acknowledgement.
- Permission to represent multiple owners for the same submission.
Expressions of Interest Due:
By 5PM CST on Monday, February 28th, 2022
Please reference Project #9TX3182 with your submission
Market Survey (estimated):
TBD
Initial Offers Due (estimated):
TBD
Occupancy:
July 1, 2023
Interested parties should send expressions of interest to:
Jason Lichty
Executive Managing Director
Savills
2200 Ross Avenue, Suite 4800 East
Dallas, TX 75201
t (972) 739-2213
Jason.lichty@gsa.gov
Contact Information
Primary Point of Contact
- Jason Lichty
- jason.lichty@gsa.gov
- Phone Number 972-739-2213
- Fax Number 972-739-2216