3UT0193: Lease of 62,950 ABOA SF Warehouse Space within Region 8, Ogden, UT
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 (Original)
- Original Published Date: Jan 19, 2024 03:18 pm MST
- Original Response Date: Jan 25, 2024 04:00 pm MST
- Inactive Policy: Manual
- Original Inactive Date: Jan 26, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
- NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
- Place of Performance: Ogden , UTUSA
Description
General Services Administration (GSA) seeks to lease the following space:
State: Utah
City: Ogden
Delineated Area: Northern Cross Streets/Boundaries: 4300 N and 1100 W, Pleasant View, UT; Southern Cross Streets/Boundaries: Interstate 84 and S 1050 W, Riverdale, UT; Eastern Cross Streets/Boundaries: Harrison Blvd and Canyon Road, Ogden, UT; Western Cross Streets/Boundaries: N 6700 W and W 200 N, Warren, UT
Minimum Sq. Ft. (ABOA): 62,950 ABOA SF
Maximum Sq. Ft. (ABOA): 66,098 ABOA SF
Space Type: Warehouse
Parking Spaces (Total): 0
Parking Spaces (Surface): 0
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 20 Years
Firm Term: 5 Years
Option Term: 2 - 5 year options
***********************************************************************************************************************
Additional Requirements: Space Requirements:
Two separate blocks of warehouse space are required. For reference, Block A requires a minimum of 22,300 ABOA SF and Block B requires a minimum of 40,650 ABOA SF for a total minimum of 62,950 ABOA SF of warehouse space.
Block A will need dock access with 2 dock doors, man door, dumpster, electricity 110-120 and 220-240 volts to charge forklift and electric pallet jacks, dock lights, exit signs, adequate lighting, floor striping for isle spacing, HVAC is not required, but preferred. Fire suppression system preferred but not required.
Block B will need dock access with 2 dock doors man door, dumpster, electricity 110-120 and 220-240 volts to charge forklift and electric pallet jacks, dock lights, exit signs, adequate lighting, floor striping for isle spacing, HVAC is not required, but preferred. Fire suppression system preferred but not required.
Construction Requirements: Lessors/contractors shall comply with IRS standards and requirements, for new construction or alterations to existing occupancies and comply with all applicable building and life safety codes and industry/trade standards.
********************************************************************************************************************
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 1-percent-annual chance floodplain (formerly referred to as 100-year floodplain).
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: November 2, 2023
Market Survey (Estimated): February 2024
Occupancy (Estimated): June 2025
Send Expressions of Interest to:
Name/Title: Michael Condon, Leasing Specialist
Email Address: michael.d.condon@gsa.gov
Name/Title: John (Ben) Tiner, Lease Contracting Officer
Email Address: john.tiner@gsa.gov
Government Contact Information
Lease Contracting Officer: John (Ben) Tiner
Leasing Specialist: Michael Condon
Attachments/Links
Contact Information
Contracting Office Address
- R8 OFFICE OF LEASING 1 DENVER FEDERAL CENTER
- LAKEWOOD , CO 80225
- USA
Primary Point of Contact
- Michael Condon
- michael.d.condon@gsa.gov
- Phone Number 3032498771
Secondary Point of Contact
- John Tiner
- john.tiner@gsa.gov
- Phone Number 3036767047
History
- Jan 26, 2024 09:55 pm MSTPresolicitation (Updated)
- Jan 19, 2024 03:25 pm MSTPresolicitation (Updated)
- Jan 19, 2024 03:18 pm MSTPresolicitation (Original)