General Services Administration (GSA) seeks to lease the following space: Dallas, Texas
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 (Updated)
- Updated Published Date: May 30, 2024 07:29 am CDT
- Original Published Date: May 29, 2024 11:23 am CDT
- Updated Date Offers Due: Jun 08, 2024 05:00 pm CDT
- Original Date Offers Due: Jun 08, 2024 05:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 23, 2024
- Original Inactive Date: Jun 23, 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: Dallas , TXUSA
Description
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Texas
City: Dallas
Delineated Area:
North: Wycliff to Avondale to N. Fitzhugh, East: 75,
South: 30, West: 35 to Dallas North Tollway to Harry
Hines Blvd
Minimum Sq. Ft. (ABOA): 12,545 ABOA SF
Maximum Sq. Ft. (ABOA): 12,545 ABOA SF
Space Type: Office Space and Related Space
Parking Spaces (Total): Total of - 4 (Structured Reserved Spaces)
Parking Spaces (Surface): 0 Surface Parking
Parking Spaces
(Structured/Secured):
4 Reserved
Parking Spaces (Reserved): 4 Reserved
Full Term: 17 years
Firm Term: 15 years
Option Term: N/A
Additional Requirements:
Offered space must allow for an effective layout.
Space shall be located 1) in a professional office setting ;
or, 2) on an attractively landscaped site containing one or
more modern office Buildings that are professional and
prestigious in appearance with the surrounding
development well maintained and in consonance with a
professional image.
If not new or recent construction, the building shall have
undergone by occupancy, modernization, or adaptive
reuse for office space with modern conveniences. The
buildingshall be compatible with its surroundings. Overall,
the Building shall project a professional and aesthetically
pleasing appearance including an attractive front and
entrance way.
Go/No-Go factor for the requirements –
Security –
Main entrance reception area within the suite is
Required.
Limited floor access thru elevator controls,
from desk security (main entrance), keycard
suite entrances.
Site/Location/Space
• The building shall not be near a site with major road
work, extensive construction, or other activities
that will generate noise within the offered space.
• 30' or more between columns
• Public areas including public corridors, doorways, toilet
rooms, elevator cabs, and signage should
comply with 2010 American with Disability Act accessibility
standards or most current version.
• The building should have a loading dock. Also, the
building must have a freight elevator or a large
passenger elevator that can be used for moving case files
tenant space.
• HVAC equipment shall be capable of providing afterhours
and weekend heating/cooling on request.
24 hour/7 days per week heating/cooling is required for a
computer server closet.
Parking
• Structured parking space shall be provided. If structured
spaces are not available,
surface parking spaces will be considered if they are
deemed adequately secure by the agency.
• Additional, on-site structured or surface parking spaces
for the agency staff and visitors is desirable. If
on-site parking cannot be provided, off-site or public
parking shall be available no more than 2 blocks away
from front door of the subject building.
The offered premises must be within the defined delineated area referenced above and must
meet Government requirements for fire safety, accessibility (Architectural Barriers Act
Accessibility Standard), seismic and sustainability (Environmental Independent Security Act)
standards per the terms of the Lease. The proposed leased space shall be fully serviced.
Offered space shall not be in the 100 flood plain.
Note: US. Government currently occupies office and related space in a building under a lease in
Dallas, Texas., 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 relocation, such as physical move
costs, replication of tenant improvements, and telecommunications infrastructure and ‘nonproductive
agency downtime’.
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):
1. Building name/address and the location of available space within the building.
2. Rentable square feet available and the expected rental rate per rentable square foot,
fully serviced.
3. 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).
4. Date of space availability.
5. Building ownership information.
6. Amount of parking available onsite and its cost. Include whether expected rental rate
includes the cost of the required Government parking, (if any).
7. Energy Efficiency and renewable energy features existing within the building.
8. List of building Services provided.
9. One-eighth inch scale drawing of space offered.
10. Name, address, telephone number, and email address of authorized contact.
11. In cases where an agent is representing multiple ownership entities, written
acknowledgement.
12. Permission to represent multiple owners for the same submission.
Expressions of Interest Due: June 8, 2024,
Market Survey (Estimated): August 8, 2024
Offers Due (Estimated): October 8, 2024
Occupancy - NOT Later Than : August 31, 2025
Send Expressions of Interest to:
Name/Title: Don Day
Address: 819 Taylor St., Ft. Worth, Texas 76102
Office: Ft. Worth- Federal Office Building
Email Address: don.day@gsa.gov
Government Contact
Lease Contracting Officer: Don Day
Project Manager: Robin Riley
Broker Contractor: N/A
Please refer to Project # 9TX3332
Attachments/Links
Contact Information
Contracting Office Address
- R7 OFFICE OF LEASING 819 TAYLOR STREET
- FORT WORTH , TX 76102
- USA
Primary Point of Contact
- Don Day
- don.day@gsa.gov
- Phone Number 8179787018
Secondary Point of Contact
- Robin Riley
- robin.riley@gsa.gov
- Phone Number 6822093778
History
- Jun 24, 2024 10:55 pm CDTSolicitation (Updated)
- May 29, 2024 11:23 am CDTSolicitation (Original)