Tennessee Bids > Bid Detail

Justification Posting- General Services Administration (GSA) seeks to lease the following space in Nashville, TN:

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159113107435116
Posted Date: Sep 22, 2023
Due Date:
Source: https://sam.gov/opp/a5f90903a7...
Follow
Justification Posting- General Services Administration (GSA) seeks to lease the following space in Nashville, TN:
Active
Contract Opportunity
Notice ID
9TN2148
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Award Details
  • Contract Award Date: Mar 24, 2023
  • Contract Award Number: GS-04P-LTN01524
  • Task/Delivery Order Number:
  • Modification Number:
  • Contractor Awarded Unique Entity ID:
General Information View Changes
  • Contract Opportunity Type: Justification (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 22, 2023 02:20 pm EDT
  • Original Published Date: Sep 22, 2023 02:18 pm EDT
  • Inactive Policy: 30 days after published date
  • Updated Inactive Date: Oct 22, 2023
  • Original Inactive Date: Oct 22, 2023
  • Authority: FAR 6.302-1 - Only one responsible source (except brand name)
  • Initiative:
    • None
Classification
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Nashville , TN
    USA
Description

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



State: Tennessee



City: Nashville



Delineated Area: CBA of Nashville, TN



Minimum Sq. Ft. (ABOA): 2,492



Maximum Sq. Ft. (ABOA): 2,492



Space Type: Office



Parking Spaces (Total): 17



Parking Spaces (Surface): 17



Parking Spaces (Structured): 0



Full Term: 10 years



Firm Term: 5 years



Option Term: N/A



Additional Requirements: Offered space must be contiguous in one suite and above grade.



The Government currently occupies office and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100-year flood plain. Offerors shall be responsible for providing a standard GSA warm lit shell. Not all minimum requirements are stated in this advertisement.



The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate 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 telecommunications infrastructure, and non-productive agency downtime.



The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements.



Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.



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 should include the following:



1) Building name & address;



2) Contact information and e-mail address of Lessor’s Representative;



3) 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 full service rental rate per ABOA and rentable square foot for the full term, inclusive of a standard GSA warm lit shell, and a tenant improvement allowance (TIA) of $49.52/ABOA SF;



5) Operating Costs per ABOA and rentable square foot included in the full service rates required in line items 4 above;



6) A description of additional tenant concessions offered, if any;



7) Date building will be ready for commencement of tenant improvements; and



8) Evidence that the offered space will meet the other specific requirements identified herein.



Expressions of Interest Due: October 4, 2022, no later than 4:00 PM Eastern



Market Survey (Estimated): October 2022



Initial Offers Due (Estimated): November 2022



Occupancy (Estimated): October 2023





Send Expressions of Interest to:



Name/Title: Bryant Porter, Managing Director, Savills Inc.



Address: 1201 F Street, NW, Suite 500, Washington, DC 20004



Office: 202-624-8515



Email Address: bryant.porter@gsa.gov





Government Contacts



Lease Contracting Officer: Marissa Williams



Brokers: Bryant Porter


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

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 >