Federal Govt Seeks Office and Related Space in the Athens, OH Area
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 18, 2024 10:25 am CST
- Original Date Offers Due: Feb 09, 2024 05:00 pm CST
- Inactive Policy: Manual
- Original Inactive Date: Feb 10, 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: Athens , OHUSA
Description
The Federal Govt Seeks Office and Related Space in the Athens, OH Area - approximately 4,720 to 4,956 ABOA SF along with code required parking. The full term of the lease is 15 years, with a firm term of 10 years. Occupancy is is desired for 03/08/2025.
The delineated area includes the city limits of Athens, Albany, and The Plains and is as follows:
North: Poston Road, Rte 691, Rte 56 South: Route 50 East: Rte 33 West: 356, Rte 681
Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks or power transmission lines. No warehouse buildings will be considered.
Space will not be considered where any living quarters are located within the building.
Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.
Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities.
Space should be located within 1 mile of amenities such as grocery stores, fast food or other restaurants, etc.
Regularly scheduled public transportation during the workday is required within 2 city blocks or 600 feet, whichever is less.
Subleases are not acceptable.
Office space must be contiguous, on one floor.
Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space.
The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.
Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less than twenty (20') feet.
The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.
If space offered is above ground level, at least two (2) accessible elevators will be required.
The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration.
The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).
Expressions of Interest should include the following:
1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.
2. Identification of public transit routes/stops near the property offered.
3. Rentable square feet available and expected rental rate per rentable square foot, fully serviced.
4. ANSI/BOMA office area (ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any.
5. Date of space availability.
6. Building ownership information.
7. Brokers submitting properties must show authorization from the property owner to submit property on behalf of the property owner.
8. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any).
9. Energy efficiency and renewable energy features existing within the building.
10. List of building services provided.
11. List and map of amenities such as grocery stores, fast food or other restaurants located within 1 mile of building.
Government Contacts
In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative.
Attachments/Links
Contact Information
Contracting Office Address
- R5 OFFICE OF LEASING 230 S DEARBORN STREET
- CHICAGO , IL 60604
- USA
Primary Point of Contact
- Kovas I. Palubinskas
- kovas.palubinskas@gsa.gov
Secondary Point of Contact
History
- Dec 03, 2024 11:00 pm CSTCombined Synopsis/Solicitation (Updated)
- Nov 04, 2024 09:58 am CSTCombined Synopsis/Solicitation (Updated)
- Nov 04, 2024 09:55 am CSTCombined Synopsis/Solicitation (Updated)
- Nov 04, 2024 09:53 am CSTCombined Synopsis/Solicitation (Updated)
- Nov 04, 2024 09:52 am CSTCombined Synopsis/Solicitation (Updated)
- Aug 23, 2024 11:04 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 19, 2024 10:15 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 06, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 30, 2024 10:20 am CDTCombined Synopsis/Solicitation (Updated)
- Feb 10, 2024 10:55 pm CSTCombined Synopsis/Solicitation (Original)
- Oct 11, 2023 10:55 pm CDTPresolicitation (Original)