Michigan Bids > Bid Detail

Government is seeking office space in Ft. Gratiot, MI

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159128783646454
Posted Date: Feb 14, 2023
Due Date: Mar 1, 2023
Solicitation No: 6MI0206-2
Source: https://sam.gov/opp/11fe557bda...
Follow
Government is seeking office space in Ft. Gratiot, MI
Active
Contract Opportunity
Notice ID
6MI0206-2
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 14, 2023 09:28 am EST
  • Original Response Date: Mar 01, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response 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:
    Fort Gratiot , MI 48059
    USA
Description

Pre-solicitation Notice/Advertisement GSA Public Buildings Service



U.S. GOVERNMENT – 6MI0206-2



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



State: Michigan



City: Fort Gratiot and Port Huron



Delineated Area:



City Limits of Fort Gratiot and Port Huron, Michigan



Minimum Sq. Ft. (ABOA): 11,340



Maximum Sq. Ft. (ABOA): 11,900



Space Type: Office and Related Space



Parking Spaces (Total): To meet local code



Full Term: 10 Years (120 Months)



Firm Term: 5 Years (60 Months)



Option Term: None



Additional Requirements:



Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.



Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks or power transmission lines.



Space will not be considered where any living quarters are located within the building.



Space shall not be located within the 1%-annual-chance flood plain or wetland unless the Government has determined it to be the only practicable alternative.



Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities.



Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 1,200 feet, whichever is less.



Subleases are not acceptable.



Office space must be contiguous, on one floor.



Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space.



The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.



Columns size cannot exceed two (2’) feet square and space between columns and/or walls cannot be less than twenty (20’) feet.



The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.



If space offered is above ground level, at least two (2) accessible elevators will be required.



The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration.



The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).



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.



The U.S. Government currently occupies office and related space in a building under a lease in Fort Gratiot, Michigan 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.



Expressions of Interest should include the following:




  1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/ pictures (with dimensions shown preferably) reflecting the space that is being offered.

  2. Identification of public transit routes/stops near the property offered.

  3. Rentable square feet available and expected rental rate per rentable square foot, fully serviced.

  4. 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.

  5. Date of space availability.

  6. Building ownership information.

  7. Brokers submitting properties must show authorization from the property owner to submit property on behalf of the property owner.

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

  9. Energy efficiency and renewable energy features existing within the building.

  10. List of building services provided.



Projected Dates:



Expressions of Interest Due: March 1, 2023



Market Survey (Estimated): To be determined



Occupancy (Estimated): November 1, 2023



Send Expressions of Interest to:



Name/Title: Jeffrey B. Bell, Senior Vice President



Address: CBRE, Inc.



2000 Town Center, Suite 2200



Southfield, MI 48075



Office: (248) 894-6561



Email Address: jeffrey.bell@cbre.com



Government Contact:



Christy Sebring



Christy.J.Sebring@gsa.gov



720-313-6958



In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative.




Attachments/Links
Contact Information
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 14, 2023 09:28 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >