U.S. Government Awards Lease in Manchester, NH

Agency: GENERAL SERVICES ADMINISTRATION
State: New Hampshire
Type of Contract: Awards
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Jun 27, 2023
Solicitation No: 1NH2036
Publication URL: To access bid details, please log in.
Follow
U.S. Government Awards Lease in Manchester, NH
Active
Contract Opportunity
Notice ID
1NH2036
Related Notice
1NH2036
Contract Line Item Number
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Award Details
  • Contract Award Date: Jun 27, 2023
  • Contract Award Number: GS-01P-LNH00526
  • Task/Delivery Order Number:
  • Contractor Awarded Unique Entity ID: H1HRGL18E455
  • Contractor Awarded Name: JTW Development, LLC
  • Contractor Awarded Address: Lake Forest , IL 60045 USA
  • Base and All Options Value (Total Contract Value): $50,027,734.32
General Information
  • Contract Opportunity Type: Award Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 27, 2023 03:39 pm EDT
  • Inactive Policy: 15 days after contract award date
  • Original Inactive Date: Jul 12, 2023
  • 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:
    Manchester , NH
    USA
Description

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





State: New Hampshire



City: Manchester, Concord & Nashua



Delineated Area:



North: Route 103 from Interstate 89 to Route 127. Route 127 from Route 103 to Clothespin Bridge Road. Clothespin Bridge Road from Route 127 to Corn Hill Road. Corn Hill Road from Clothespin Bridge Road to Route 4. Route 4 from Corn Hill Road to Hoit Road. Hoit Road from Route 4 to School Street. School Street from Hoit Road to Route 106.



East: Route 106 from School Street to Route 3. Route 3 from Route 106 to Route 28B. Route 28B from Route 106 to Beaver Brook Road. Beaver Brook Road from Route 106, continuing on Auburn Road to Interstate 93. Interstate 93 from Auburn Road to Route 111. Route 111 from Interstate 94 to Central Street. Central Street from Route 111 to Route 3A. Route 3A from Central Street to Circumferential Highway.



South: Circumferential Highway from Route 3A to Daniel Webster Highway. Daniel Webster Highway from Circumferential Highway to Spit Brook Road. Spit Brook Road from Daniel Webster Highway, continuing on East Dunstable Road, continuing on Lamb Road, and continuing on Mid Dunstable Road to Ridge Road. Ridge Road from Mid Dunstable Road to Route 111A. Route 111A from Ridge Road to Depot Road. Depot Road from Route 111A to Twiss Lane. Twiss Lane from Depot Road to Dow Road. Dow Road from Twiss Lane to Blood Road. Blood road from Dow Road to Route 122.



West: Route 122 from Blood Road to Route 101. Route 101 from Route 122 to Route 114. Route 114 from Route 101 to Route 13. Route 13 from Route 101 to Jewett Road. Jewett Road from Route 13 to Interstate 89. Interstate 89 from Jewett Road to Route 103.



Minimum Sq. Ft. (ABOA): 46,086 ABOA SF



Maximum Sq. Ft. (ABOA): 48,390 ABOA SF



Space Type: Lab and Office Space





Parking Spaces (Total): 94 Reserved Surface Spaces



Parking Spaces (Surface): 94 Reserved Surface Spaces



Parking Spaces (Structured): N/A



Parking Spaces (Reserved): 94 Reserved Surface Spaces





Full Term: 20 Years



Firm Term: 15 Years



Option Term: N/A





Additional Requirements:




  • Space must be on a single floor.

  • Ground floor space is required.

  • Approximately 13,595 ABOA SF of the space requires a minimum ceiling height of 12’-0".

  • Government shall have access to the space 24/7 and 365 days a year.

  • A 20’ setback is required, and a fence meeting Government specifications may be required.

  • Window blast film will be required.

  • If a proposed site is a multi-tenant building, an elevator/entrances controlled by a card reader system must be provided. There must be controlled access to leased space.

  • Risk/vulnerability assessment of the property will be on a case by case basis.

  • The Government shall have the right to relocate exterior penetrations for security concerns.

  • The Government shall have the right to mount roof antennas.

  • An outdoor space of at least 4,500 SF dedicated to Government use to house a 300 KW generator (277/480 VAC 3 Phase, 60Hz MW) and either an above-ground fuel storage tank of at least 165 gallons in the case of a diesel generator or convenient access to a natural gas supply line in the case of a natural gas generator.

  • Approximately 3,000 ABOA SF is preferred to have a ceiling height of 20’-0” or higher for storage. If the 20’-0” ceiling height cannot be accommodated, this storage area would need to be expanded to provide for 60,000 cubic feet.

  • A loading dock capable of accommodating a tractor trailer is required. An enclosed truck bay or sally port is required.

  • The facility must be fully sprinklered.

  • A specialized ventilation system is required in the leased space. The system specifications, including any necessary environmental considerations, will be detailed in the RLP.

  • The Government cannot be collocated with the following: 1) Federal, State, and local agencies whose primary clientele are involved in or have ties to criminal elements, 2) private firms whose primary clientele are involved in or have ties to criminal elements, 3) agencies providing probation and/or parole services, 4) agencies providing drug abuse counseling/rehabilitation programs, 5) agencies providing social services, 6), halfway houses, or 7) residential units.

  • Building entrances/exits cannot be located within close proximity (minimum 1,000 walkable feet) of certain locations, which include but are not limited to: 1) drug-free zones, 2) schools, or 3) areas where drug activities are prevalent.

  • 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

  • Please reference Project Number: 1NH2036



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 flood plain.





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.





Offers Due: February 14, 2022, 5:00 p.m. Eastern



Occupancy (Estimated): December 18, 2025





Submit Offers to:



Unless otherwise authorized by the LCO or his/her designated representative, offers may only be submitted electronically to GSA using the Lease Offer Platform/Requirement Specific Acquisition Platform (LOP/RSAP) located at https://lop.gsa.gov/RSAP. LOP enables Offerors to electronically offer space for lease to the Federal Government. The offer submission process is web-enabled, allowing all registered participants to submit and update offers to lease space to the Government in response to a single RLP for a specific space requirement.





Government Contact Information



Lease Contracting Officer: Danielle Piantedosi



Leasing Specialist: Shayne Doherty



Broker Contractor: Matt Bartlett, CBRE, Inc.


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
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
* 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.