Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to ease the Following Space: Solicitation No. 8KY2130

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 (Updated)
  • Updated Published Date: May 05, 2022 04:42 pm EDT
  • Original Published Date: Apr 25, 2022 03:39 pm EDT
  • Updated Response Date: Jun 02, 2022 05:00 pm EDT
  • Original Response Date: May 25, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive 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:
    Louisville , KY
    USA

Description

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

State: Kentucky

City: Louisville

Delineated Area:

North: I-64 to I-71

East: I-265

South: I-265

West: I-65 to Hill St. to 9th Street

(See Delineated Area Map)

Minimum Sq. Ft. (ABOA): 85,986 SF

Maximum Sq. Ft. (ABOA): 107,482 SF

Maximum Sq. Ft. (Rentable) 121,000 SF

Space Type: Office

Parking Spaces (Total): 115

Parking Spaces (Unreserved): 15

Parking Spaces (Reserved): 100

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.

The U.S. Government currently occupies office and related space in a building under a lease in Louisville, KY, 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 and replication of tenant improvements, telecommunication infrastructure and non-productive agency downtime.

Offered space must be able to meet Government requirements contained in both Prospectus PKY-01-LO21 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)   Total 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 $45/ABOA SF, and a BSAC allowance of $35 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.

11) Site Plan depicting Building and Parking

12) Identification of on-site parking

13) Location Map depicting offered site is within the delineated area

14) A narrative and map describing offered site proximity to mass transit and transportation routes.

15) Any information related to title issues, easements, and/or zoning restrictions pertinent to the Government’s intended use. 

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: 6/2/2022

Market Survey (Estimated): June 2022

Initial Offers Due (Estimated): October 2022

Occupancy (Estimated): June 2025

Send Expressions of Interest to:

Name/Title: Megan Shulin

Address: 1010 Wisconsin Avenue NW, Suite 650

Office/Fax: 202-652-4188

Email Address: Megan.shulin@gsa.gov

Name/Title: Michael Monaghan

Email Address: Michael.monaghan@gsa.gov

Government Contact Information:

Lease Contracting Officer Michael Monaghan

Brokers Public Properties

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