Location: | Indiana |
---|---|
Posted: | Nov 20, 2024 |
Due: | Dec 27, 2024 |
Agency: | GENERAL SERVICES ADMINISTRATION |
Type of Government: | Federal |
Category: |
|
Solicitation No: | 3IN0243-1 |
Publication URL: | To access bid details, please log in. |
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 Services Administration (GSA) seeks to lease the following space:
State: Indiana
City: Elkhart
Delineated Area:
North: West Beardsley Ave
West: N Napannee St
East: Prairie St
South: West Hively Ave
Minimum Sq. Ft. (ABOA): 7,411
Maximum Sq. Ft. (ABOA): 7,782
Space Type: Office
Parking Spaces (Total): 0
Parking Spaces (Surface): 0
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 15 years
Firm Term: 10 years
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 preferably 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 100-year 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.
Employee and visitor entrances of the Building must be connected to public sidewalks or street by continuous, accessible sidewalks.
Regularly scheduled public transportation (if provided by municipality) during the workday is required within 1000 feet.
Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the building.
The parking-to-square-foot ratio available onsite shall at least meet current local code requirements. Restricted or metered parking of one hour or less within the two-block area of the space does not meet parking requirements.
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).
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/0.2-percent-annual chance floodplain (formerly referred to as “100-year”/“500-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: 12/27/2024
Market Survey (Estimated): 2/4/2025
Occupancy (Estimated): 5/11/2027
Send Expressions of Interest to:
Name/Title: Chynita Richards
Email Address: Chynita.richards@gsa.gov
Government Contact Information
Lease Contracting Officer
Thomas Nisivaco
Leasing Specialist
Chynita Richards
With GovernmentContracts, you can:
Follow Renovate Building 16, 610-20-103 Active Contract Opportunity Notice ID 36C25025B0005 Related Notice
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 2/10/2025
Follow Magnet Sweeper Active Contract Opportunity Notice ID W50S7W25QA001 Related Notice Department/Ind. Agency
DEPT OF DEFENSE
Bid Due: 1/13/2025
Event Name Business Unit Event ID Event Type End Date Emergency Vehicle Lighting
State Government of Indiana
Bid Due: 8/14/2025
Follow C1DA--AE Update Life Safety Drawing 583-25-519 Active Contract Opportunity Notice ID 36C25025R0042
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 2/07/2025