The Government is seeking to lease office space in Hanover, MA for a minimum of 6,485 ABOA SF

Agency: GENERAL SERVICES ADMINISTRATION
State: Massachusetts
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Apr 24, 2024
Due: May 17, 2024
Solicitation No: 2MA0212
Publication URL: To access bid details, please log in.
Follow
The Government is seeking to lease office space in Hanover, MA for a minimum of 6,485 ABOA SF
Active
Contract Opportunity
Notice ID
2MA0212
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R1 OFFICE OF LEASING
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 24, 2024 10:48 am EDT
  • Original Response Date: May 17, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
  • Place of Performance:
    Hanover , MA
    USA
Description

U.S. GOVERNMENT





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





State: Massachusetts



City: Hanover



Delineated Area: Entire town limits of the Town of Hanover, MA.



Minimum Sq. Ft. (ABOA): 6,485



Maximum Sq. Ft. (ABOA): 6,615



Space Type: Office



Parking Spaces (Total): 0



Parking Spaces (Surface): 0



Parking Spaces (Structured): 0



Parking Spaces (Reserved): 0



Full Term: 15 years - 180 months



Firm Term: 10 years – 120 months



Option Term: N/A



AGENCY UNIQUE REQUIREMENTS



Agency Tenant Improvement Allowance:



$64.26 per ABOA SF



Building Specific Amortized Capital (BSAC):



$12.00 per ABOA SF





Additional Requirements:




  • Site access shall be via a direct route from a primary or secondary street.

  • Traffic control devices and pedestrian crosswalks are required within two blocks.

  • Sidewalks and pedestrian walkways shall be present along roadways and access roads.

  • Public transportation route stops shall be located within .25 mi of the offered location. The public transportation must service this location on an hourly basis (minimum) from 8:00 a.m. to 3:00 p.m., except Saturdays, Sundays, and federal holidays.

  • Public parking shall be available on site or within .25 miles of the offered space. Restricted or metered parking of one hour or less within .25 miles of the space does not meet parking requirements.

  • There shall be no history of prior heavy industrial use, such as dry cleaning operations, gas stations, rail yards, or machinery maintenance yards.

  • The site shall not be located within .25 mi of active railroad tracks, airports or heavily congested highways.

  • There shall be adequate eating facilities located within .5 miles. Other employee services, such as

  • retail shops, cleaners, banks, etc., shall be located within 2 miles.

  • Mixed use sites with residential or living quarters located within the building are not acceptable.

  • Sites located immediately adjacent to establishments whose primary operation is the sale of alcoholic beverages, marijuana dispensaries, firearms sold/discharged, drug treatment, or detention facilities are not acceptable.

  • The site shall be Class A standard commercial or office space consistent with the local market.

  • The site shall not be located below grade.

  • Sites located above street level are required to have a minimum of two accessible elevators. One of the accessible elevators may be a freight elevator. Elevators shall not discharge directly into SSA space.

  • The space is required to be contiguous.

  • The space is required to be level and shall not utilize interior ramps to resolve changes in grade.

  • The space may not be more than twice as long as it is wide.

  • The space must be conducive to SSA’s business operation design. Space elements such as quantity and size of columns, load bearing walls, irregular shape, etc., may not impede an efficient space layout, the use of modular furniture, or office work flows. SSA shall prepare a test fit to confirm the acceptability of the space.

  • Ceilings shall be 9’ to 12’ as measured from floor to the lowest obstruction.

  • Sufficient space shall exist between the drop ceiling and the deck of the floor above to allow for lighting, HVAC equipment, fire suppression piping, etc.

  • The site shall have two lines of windows for natural lighting.

  • Interested parties must provide the name of the building, address, location of available space, rentable square feet offered, and contact information of authorized representative.

  • All interested parties must either submit evidence of ownership or written authorization to represent the owner(s). Any submissions received without documentation of ownership and/or written authorization to represent the owner(s) will not be considered until such time the documentation has been received, which must also be submitted prior to the Expression of Interests Due Date

  • In cases where an agent is representing multiple ownership entities, broker must provide written acknowledgement/permission to represent multiple interested parties for the same submission.



Reference project number: 2MA0212



Please submit your offer no later than 5:00 p.m. eastern time on May 17, 2024 using the Lease Offer Platform/Requirement Specific Acquisition Platform (LOP/RSAP) located at https://lop.gsa.gov/RSAP.





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 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: May 17, 2024



Market Survey (Estimated): TBD



Occupancy (Estimated): TBD



Send Expressions of Interest to:



Name/Title: Clare Nawrocki



Address: 10 Causeway Street, 11th Fl., Boston, MA 02222



Phone: 617-513-1831



Email Address: Clare.Nawrocki@gsa.gov





Government Contact Information



Lease Contracting Officer: Danielle Piantedosi



Leasing Specialist: Clare Nawrocki










Attachments/Links
Contact Information
Contracting Office Address
  • R1 OFFICE OF LEASING 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 24, 2024 10:48 am EDTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Solicitation: BD-24-1031-BID00-BID02-95191 Responses Due in 2051 Days, 20 Hours, 29 Minutes Header

Commonwealth of Massachusetts

Bid Due: 6/30/2029

Bid Solicitation: BD-24-1041-ENE01-ENE01-95811 Responses Due in 1491 Days, 17 Hours, 35 Minutes Header

Commonwealth of Massachusetts

Bid Due: 12/31/2027

Bid Solicitation: BD-24-1031-BSAS0-BSA01-96180 Responses Due in 3120 Days, 20 Hours, 24 Minutes Header

Commonwealth of Massachusetts

Bid Due: 6/30/2032

Bid Solicitation: BD-24-1100-EED01-EED01-97119 Responses Due in 138 Days, 4 Hours, 40 Minutes Header

Commonwealth of Massachusetts

Bid Due: 6/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.