Skip to main content

An official website of the United States government

You have 2 new alerts

2AZ0397 - Solicitation of 2,000 - 3,000 SF Warehouse, Flex, or Parking Garage, Phoenix, AZ

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: Solicitation (Original)
  • Original Published Date: May 20, 2024 04:38 pm PDT
  • Original Date Offers Due: Jun 14, 2024 05:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 53113 - Lessors of Miniwarehouses and Self-Storage Units
  • Place of Performance:
    Phoenix , AZ
    USA

Description

General Services Administration (GSA) seeks to lease the following space:
State: Arizona
City: Phoenix
Delineated Area:

North: Camelback Road
South: Broadway Road
East: Arizona State Route 101
West: 35th Ave


Minimum Sq. Ft. (ABOA): 2,000
Maximum Sq. Ft. (ABOA): 3,000
Space Type: Warehouse, Flex, & Parking Garage

Full Term: 10 years
Firm Term: 10 years
Option Term: 5 years

Additional Requirements:

• FSL Security Level 1, will be upgraded based
on agency needs.
• Foundation must be able to accommodate a
total of 50,000 lbs.
• Space must be able accommodate the
storage of 4 vehicles with a length of up to
18’9” and 6’9” in width with room to maneuver,
park, and to do light vehicle maintenance.
• Space ceiling height clearance of a minimum
of 10’
• Must have a minimum of 1 ground level rollup
door, which must be no smaller than a 10’ x
10’. To serve as vehicle entrance to facility.
• Protected by an automatic fire sprinkler
system or an equivalent level of safety.
• Lessor provided Tenant Improvement
Allowance: None. All tenant improvements
shall be paid for by the Government.
• 1st Floor space preferred
• Isolated minimum traffic area preferred

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/FARCase-
2019-009/889 Part B.

Contact Information

Contracting Office Address

  • PBS R9 LEASING DIV 50 UNITED NATIONS PLAZA
  • SAN FRANCISCO , CA 94102
  • USA

Primary Point of Contact

Secondary Point of Contact

History