General Services Administration (GSA) seeks to lease the following space: 9TX3314
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: Oct 31, 2023 03:49 pm CDT
- Original Response Date: Nov 21, 2023 05:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 06, 2023
- 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: Houston , TXUSA
Description
General Services Administration (GSA) seeks to lease the following space:
State: Texas
City: Houston
Delineated Area:
North: East on W Tidwell Road to Tidwell Road
East: South on Mesa Drive; South on N McCarty Street; South on I-610; South on I-45 (Gulf Fwy)
South: West on Bellfort Avenue to W Bellfort Avenue
West: North on S Post Oak Road; North on I-610 Loop; North on US 290 (Northwest Fwy); North on Magnum Road; North on Watonga Boulevard; North on TC Jester Boulevard
Minimum Sq. Ft. Requirement: 45,000 ABOA
Maximum Sq. Ft. Requirement: 50,000 ABOA
Space Type: Warehouse and Office
Parking Spaces (Total): 2 Surface Spaces
Full Term: 17 Years
Firm Term: 15 Years
Option Term: N/A
Additional Requirements:
- Offered space requires 9,000 ABOA SF for Office Space, Storage, and Training Room.
- Mezzanine level space is acceptable for the Office, Storage, and Training Room
- Offered space requires 41,000 ABOA SF of Warehouse space.
- Offered space must be at least 300’ by 150’.
- Offered space must provide the ability to facilitate vehicles driving in and out and facilitating deliveries directly into the warehouse.
- Offered space is required to have five (5) 10’-0” foot tall roll-up doors.
- Offered space ceiling height is required to be a minimum of 18’ for the 41,000 ABOA SF Warehouse space.
- Warehouse column spacing is required to be a minimum of 20’ by 30’.
- Offered space must be capable of receiving a full-size tractor trailer with a maximum length of 70'.
- Offered space must be capable of accommodating multiple freezers with no less than three (3) disconnects rated for 208/230v 100 amp 3 phase.
- Offered space must be capable of providing climate control for all 50,000 ABOA SF.
- Offered space must be capable of providing fire suppression and remain the 18’ clear ceilings.
- Offered space must be capable of allowing pallet racks to be anchored into concrete per OSHA standard.
- Offered space must be capable of providing multiple restroom facilities (minimum 2 male/2 female).
- Offered space must be capable of providing trash service on site (preferably compactor service, if not open top).
- Offered space must be capable of accommodating a generator for backup power for the cold storage units.
- Other typical and special requirements as called for in the Request for Lease Proposal package.
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 100-year flood plain.
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 Submission Instructions/Requirements:
Please provide the following basic information and descriptions pertaining to the building you propose for consideration.
All submissions should include the following information:
(1) Name of owner;
(2) Age of building;
(3) Total existing gross square feet, and gross square feet per floor;
(4) Site plan depicting the building and parking;
(5) Floor plan and gross square footage of proposed space;
(6) Identification of on-site parking;
(7) Address or described location of building;
(8) Location on map demonstrating the building lies within the delineated area;
(9) A narrative and map describing proximity of the building to the nearest bus
and/or train stop, and major transportation routes;
(10) Evidence of ownership, if building submitted by owner. Non-Owners (e.g. brokers) must provide evidence of authority granted by property owner to submit the property;
(11) Any information related to title issues, easements, or restrictions on the use of the building; and
(12) Provide expected rental rate per rentable square foot.
Expressions of Interest Due:
5:00pm CT, November 21, 2023
Market Survey (Estimated): TBD
Occupancy (Estimated): TBD
Send Expressions of Interest to:
Name/Title: Teddy Seifert
Address:
2445 M Street NW, Suite 510
Washington, DC 20037
Office/Fax:
315-825-1875
Email Address:
Edward.seifert@gsa.gov
Government Contact Information:
Lease Contracting Officer
Michael Noye
Leasing Specialist
Will Beaver
Broker
Teddy Seifert
Attachments/Links
Contact Information
Contracting Office Address
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Edward "Teddy" H. Seifert
- edward.seifert@gsa.gov
- Phone Number 2026524189
Secondary Point of Contact
History
- Dec 06, 2023 10:55 pm CSTPresolicitation (Original)