Skip to main content

An official website of the United States government

You have 2 new alerts

The Government is seeking to lease office and related space in Bronx, NY for a minimum of 14,435 ANSI/BOMA Office Area (ABOA) and a maximum of 15,157 ABOA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Apr 20, 2022 04:04 pm EDT
  • Original Published Date: Apr 16, 2021 01:10 pm EDT
  • Updated Response Date: May 07, 2021 05:00 pm EDT
  • Original Response Date: May 07, 2021 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 20, 2022
  • Original Inactive Date: May 22, 2021
  • 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:
    Bronx , NY
    USA

Description


Solicitation for Offers No:  9NY2761
Procurement Type: Pre-solicitation

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

State: Bronx
City: NY
Delineated Area:    
North: East 194th Street 
East: Melrose/Webster Avenue 
South: East 161st Street 
West: University Avenue 
Minimum Sq. Ft. (ABOA): 14,435 contiguous
Maximum Sq. Ft. (ABOA): 15,157 contiguous
Space Type: Office
Parking Spaces (Total): 2 designated surface spaces either onsite or within two city blocks of the space
Full Term: 15 years
Firm Term: 10 years
Option Term: One (1) Five-Year Renewal
Additional Requirements:    
• Offered space must meet Government requirements for fire safety, accessibility, and sustainability standards per the terms of the Lease. 
• A fully serviced lease is required. 
• Subleases are not allowed.
• Space must be in a contiguous block of space. Above the first floor, single floor, contiguous space is preferred.
• Space above the first floor must provide visitors with access to the reception area by at least two accessible elevators, one of which may be a freight elevator
• Basement, street level or below-grade space is unacceptable
• The space should allow for efficient layout and office workflow and support a secure interviewing configuration. Columns must have regular spacing or sufficient distance to support effective design.
• Space shall not be twice as long as it is wide. 
• Offered space shall not be in the 100-year flood plain unless the Government has determined it to be the only practicable alternative.
• This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement.
• At this time, the Government is only considering existing buildings, and will not consider new construction options.

Expressions of Interest should include the following information at a minimum:

1. Building name and address.
2. Location of the available space within the building and date of availability.  
3. The building interior building layout drawings/pictures (preferably with dimensions shown) reflecting the space that is being offered.
4. Rentable Square Feet (RSF) offered and full service rental rate per RSF.  Indicate whether the quoted rental rate includes an amount for tenant improvements and state amount, if any.
5. ANSI/BOMA office area (ABOA) square feet offered.  
6. Ceiling height details throughout the offered space.
7. Building ownership information.
8. Name, address, telephone number, and email address of authorized representative.
9. Identification of public transit routes/stops near the property offered.
10. Amount of parking available on-site and its cost.  Include whether expected rental rate includes the cost of the required Government parking (if any).
11. Energy efficiency and renewable energy features existing within the building.

Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.

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: 5/7/2021
Occupancy (Estimated): 4/1/2024

Send Expressions of Interest to:    
Yolanda Morgan-Wells
Senior Associate
267-815-1309
yolanda.morgan-wells@gsa.gov 

With a Copy to:
William Korchak 
Managing Director
212-812-5818
william.korchak@am.jll.com 
    
Jenica Wu
Realty Specialist
215-446-5752
jenica.wu@gsa.gov 

Rita Bradley
Lease Contracting Officer 
917-592-6034
rita.bradley@gsa.gov   

Daniel Ponder
Senior Analyst 
202-719-5896
daniel.ponder@gsa.gov  

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