Skip to main content

An official website of the United States government

You have 2 new alerts

US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN VIDALIA, GA

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 (Original)
  • Original Published Date: Jan 27, 2025 04:19 pm EST
  • Original Response Date: Feb 17, 2025 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 04, 2025
  • 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:
    Vidalia , GA
    USA

Description

   

Presolicitation Notice/Advertisement                                                                 GSA Public Buildings Service

U.S. GOVERNMENT

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

State:

GA

City:

Vidalia

Delineated Area:

Vidalia City Limits

Minimum Sq. Ft. (ABOA):

8,587

Maximum Sq. Ft. (ABOA):

8,587

Space Type:

Office

Parking Spaces (Total):

The parking-to-square-foot ratio available on-site shall at least meet current local code requirements, or, in absence of a local code requirement, on-site parking shall be available at a ratio of 1 space for every 200 RSF of Government-demised area.

Parking Spaces (Surface):

Parking Spaces (Structured):

Parking Spaces (Reserved):

Full Term:

10 years

Firm Term:

5 years

Option Term:

N/A

Additional Requirements:

General Requirements

•    Offered space must be located in contiguous space and on one floor.

Location Requirements

•        Offered space considered inefficient by the government will not be acceptable. Space should have no history of prior heavy industrial use such as large dry cleaning operations, gas stations, and industrial facilities.

•Offered space should not be located immediately adjacent to railroad tracks.

•   Offered sites near industrial or manufacturing zones or complexes shall not be acceptable.

•    Offered space shall be located not more than the equivalent of ¼ mile from a primary or secondary street serving the office.

•                   Offered space must meet the access requirements as outlined by SSA. The route from the primary or secondary street shall be direct. Sites located on a high-traffic roadway or multi-lane thoroughfare must have traffic signals within two blocks to provide safe access. Sites which are located directly on or near a roadway which presents a hazard will not be considered.

• Offered buildings located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors, or other businesses that produce large fluctuations in traffic or smells detectable within the office space will not be considered.

Parking

•     Parking-to-square-foot ratio available on site shall at least meet current local code requirements, or, in absence of a local code requirement, on-site parking shall be available at a ratio of 1 space for every 200 RSF of Government-demised area.

• Adequate eating and banking facilities shall be located within the immediate vicinity of the Building, but generally not exceeding a drivable two miles, as determined by the LCO

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/FAR-Case-2019-009/889_Part_B.

The U.S. Government currently occupies office and related space in a building under a lease in Vidalia, GA, that will be expiring.  The Government is considering alternative space if economically advantageous.  In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.

Expressions of Interest Due:

February 17th, 2025

Market Survey (Estimated):

TBD

Occupancy (Estimated):

January 26th, 2027

Send Expressions of Interest to:

Name/Title:

Jason Lichty

Executive Managing Director

Transaction Manager (Contractor)

GSA Broker Services Contractor: Savills, Inc. 2200 Ross Avenue

Suite 4800 East

Dallas, TX 75201

t (972) 739-2213

jason.lichty@gsa.gov

Government Contact Information

Lease Contracting Officer

Teresa Holmes

Broker

Savills, Inc.

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

  • Mar 04, 2025 11:55 pm ESTPresolicitation (Original)