Skip to main content

An official website of the United States government

You have 2 new alerts

US GOVERNMENT SEEKS TO LEASE SPACE IN SACRAMENTO, CA

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: Jul 19, 2022 03:23 pm PDT
  • Original Published Date: May 13, 2021 12:17 pm PDT
  • Updated Response Date: Jun 30, 2022 04:00 pm PDT
  • Original Response Date: Aug 01, 2021 01:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 01, 2022
  • Original Inactive Date: Aug 16, 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:
    San Francisco , CA
    USA

Description

U.S. GOVERNMENT

Pre-Solicitation 9CA3377

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

State:

California

City:

Sacramento

Delineated Area:

North:  Mack Rd. to Tangerine Ave. to

            Citrus Ave. to Stacy Ave.

East:  Route Highway 99

South:  Elk Grove Blvd.

West:  Franklin Blvd.

Minimum Sq. Ft. (ABOA):

14,633

Maximum Sq. Ft. (ABOA):

14,633

Space Type:

Office

Parking Spaces:

2 reserved

Full Term:

10 years

Firm Term:

5 years with termination rights after 90 days

Additional Requirements:

  1. Interested parties may submit space in office. Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be acceptable.
  2. Ground floor space is preferred; however, space above ground is acceptable as long as the building has 2 passenger elevators.
  3. If offered space is above the ground floor, and on a multi-tenant floor, the building must accommodate visitor queueing prior to the agency opening its doors at 9:00 a.m.
  4. Minimum access to leased space on Monday through Friday from 7:00 a.m. to 5:30 p.m. and Saturday from 7:00 a.m. to 1:00 p.m. with janitorial services to be provided on weekdays between 7:00 a.m. and 5:00 p.m.
  5. Reflect efficient use of space demonstrated by configuration:
    • The size, number, and placement of columns such that columns must be at least 20 feet from any interior wall and from each other and be no more than 2 feet square.
    • Space may not be more than twice as long as it is wide.
    • Space must be contiguous and not separated by a public or fire life safety corridor.
  6. Office has 40 employees and approximately 150-200 daily visitors. Over and above the parking required by local code, offered locations must be able to accommodate employee and visitor parking on-site or in public lots or street parking within 1,310 walkable feet of offered building's entrance.
  7. Offered space must be located within two (2) blocks of public transportation and within one mile of restaurants and shopping.  Space offered must be located within the equivalent of two city blocks from a primary or secondary street.  The route of travel from the primary or secondary street must be direct.  Locations that have obscure or difficult access, as judged by the government, will not be considered.
  8. Office space must not be located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or injurious odors detectable within the office space.
  9. Sites which are located directly on a highway or six-lane thoroughfare will not be considered if the office is not immediately accessible from both directions of traffic, and traffic devices are not located to control left turning traffic.
  10. Retail space will not be considered.

Offered space must meet Government requirements for fire safety, accessibility (ABAAS), seismic (RP8), 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.

GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services

Administration (GSA) or their authorized broker representative.

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

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 30, 2022

Market Survey (estimated):

July 21, 2022

Occupancy By (estimated):

January 10, 2023

Send Expressions of Interest to:

Broker Contact:

Eli Ceryak

Email:

eli.ceryak@gsa.gov

Phone:

415-629-2304

Government Contacts:

GSA Lease Contracting Officer:

Gabe Shuken

Email:

gabriel.shuken@gsa.gov

Phone:

415-531-6234

GSA Leasing Specialist:

Madison Devine

Email:

madison.devine@gsa.gov

Phone:

415-613-8615

Expressions of interest must include the following information:

1. Building/site name and address and location of the available space within the building/site;

2. Rentable square feet available and expected rental rate per rentable square foot (for each space type: Office and Warehouse), showing the rent broken into Shell rent and Operating expense rent;

3. ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any);

4. Date of space availability;

5. Building ownership information;

6. Amount of parking available on-site and its cost. Include whether    expected rental rate includes the cost of the required Government    parking, (if any);

7. Energy efficiency and renewable energy features existing within the building and if it is Energy Star rated;

8. List of building services provided;

9. One-eighth inch scale drawing of proposed space offered or marketing brochure illustrating the floor plans, and proposed space, 

10. Name, address, telephone number, and email address of authorized contact;

11. In cases where an agent is representing multiple ownership entities, written acknowledgement;

12. Your letter must include the Solicitation # listed in this advertisement and be emailed or mailed to the Primary point of Contact;

13. Interested respondents may include building owners and representatives with the exclusive right to represent building owners.  Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to the advertisement.

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