Skip to main content

An official website of the United States government

You have 2 new alerts

X-The US Government Seeks to lease the following space in Jacksonville, FL

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: May 11, 2022 02:57 pm EDT
  • Original Response Date: Jun 10, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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:
    Atlanta , GA 30303
    USA

Description

U.S. GOVERNMENT

Project/Solicitation Number: 9FL2490

The U.S. General Services Administration seeks to lease the following space:

State: Florida

City: Jacksonville

Delineated Area:

NORTH: Kings Road to W. State Street to N. Pearl Street; to West Union Street to Arlington Expressway/State Road

115 to Atlantic Blvd.,

EAST: East Beltway I-295

SOUTH: East Beltway I-295

WEST: I-95

CBA is included in the DA

Minimum Sq. Ft. (ABOA): 98,108 SF

Maximum Sq. Ft. (RSF): 130,000 SF

Space Type: Office

Official Parking Spaces (Total): 436

Parking Spaces (Unreserved): 15

Parking Spaces (Reserved): 421

Full Term: 20 years

Firm Term: 20 years

Option Term: N/A

Additional Requirements:

  • The Government must be the sole tenant of the building.
  • Building site shall be configured to provide two (2) means of access/egress from the site through two (2) separate main thoroughfares at each site entrance.
  • Minimum building setbacks are 100’ feet from the perimeter fence and anti-ram barrier to the exterior façade of the Office Building and the Annex.
  • Tenant Fleet Vehicles (TFV) Parking must be within the 100’ foot secured perimeter of the site.  The parking may be either structured or surface. 
  • If surface parking provided, uncovered TFV spaces are prohibited.  Canopies must protect the vehicles from the elements for surface parking. 
  • Visitor parking must be located outside the secured perimeter fence.
  • The campus and all on-site parking shall afford 24/7 access, including holidays.
  • The design of the space offered shall be conducive to efficient layout and good utilization.
  • Other typical and special requirements are called for in the Request for Lease Proposals (RLP) package.

Offered space must be able to meet Government requirements contained in both Prospectus PFL-01-JA22 and in the RLP/Lease to be issued, including but not limited to requirements for fire and life safety, security, accessibility, seismic, energy and sustainability standards per the terms of the RLP and Lease. A fully serviced lease is required.  Offered space shall not be in the 100-year floodplain. 

Expressions of Interest must include the following for each offered block of space:

1)   Building name & address.

2)   Contact information and e-mail address of Offeror’s Representative.

3)   ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so, for whom);     

4)   Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a GSA warm lit shell, a tenant improvement allowance (TIA) of $46.04/ABOA SF, and a BSAC allowance of $35.00 per ABOA SF (inclusive of amortization rates (if any).

5)   A description of additional tenant concessions offered (if any.

6)   Date building will be ready for commencement of tenant improvements.

7)   Evidence that the offered space will meet the other specific requirements identified herein.

8)   Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property.

9)   Provide the column spacing within the building and/or the available leased space.

10) Provide the minimum finished ceiling height within the building and/or available leased space.

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.

Expressions of Interest Due: June 10, 2022

Market Survey (Estimated): June 30, 2022

Initial Offers Due (Estimated): August 19, 2022

Occupancy (Estimated): February 20, 2024

Send Expressions of Interest to:

Name/Title: Erik Weiss

Address: 3424 Peachtree Road, Suite 2100, Atlanta, GA 30326

Office: 404-504-0018

Email Address: erik.weiss@gsa.gov

Name/Title: Michael Monaghan / Contracting Officer

Email Address: Michael.monaghan@gsa.gov

Government Contact Information:

Lease Contracting Officer: Michael Monaghan

Brokers: 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