The RFP Database
New business relationships start here

U.S. Government seeks to lease space in Eugene, OR


Arizona, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

U.S. GOVERNMENT
Project # 7OR2254

 

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

 





State:



OR





City:



Eugene





Delineated Area:



Central Business District of Eugene, OR





Minimum Sq. Ft. (ABOA):



17,467





Maximum Sq. Ft. (ABOA):



18,340





Space Type:



Office, Office Related





Parking Spaces (Total):



0





Parking Spaces (Surface):



0





Parking Spaces (Structured):



0





Parking Spaces (Reserved):



0





Full Term:



10





Firm Term:



10





Option Term:



5





Additional Requirements:



 

Space must be located on second floor or above. However, in areas where above street level floor space is not available, ground floor space may be considered.

A minimum of two accessible elevators must be available to access the space, one of which may be a freight elevator. 

 

A total of 108 public parking spaces at reasonable market rates, as determined by the Lease Contracting Officer, must be available within 800 walkable feet of the employee entrance of the offered building.  The term “walkable” means that wheelchair-accessible pedestrian access, along code-compliant sidewalks and crosswalks, exists along the entire route. Restricted or metered parking of two hours or less within the 800 foot radius of the space does not meet the agency parking requirements.

 

Code compliant disabled parking consistent with ADA is required. The Government reserves the right to require additional disabled parking spaces depending on the size of the lease.

 

Public transportation with stops generally not exceeding 800 walkable feet of the employee entrance of the offered building. The term “walkable” means that wheelchair-accessible pedestrian access, along code-compliant sidewalks and crosswalks, exists along the entire route.

 

No history of prior heavy industrial use, including but not limited to large dry cleaning operations, rail yards, gas stations, or industrial facilities.

 

Space shall not be located within 1,320 feet of an active railroad track, electrical substation, or heavily congested freeways.

 

Space shall not be located in areas zoned for industrial or warehouse use.

 

Space must be directly visible from a primary or secondary traffic route, unless acceptable signage, at no cost to the Government, is provided.  The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require multiple turns from a primary or secondary street will not be considered.

 

Sites that are located directly on a highway or six-lane thoroughfare will not be considered in the following instances:  (1) If the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block; (2) If the location access is directly from a highway, unless there is a traffic control device within two blocks or equivalent from the proposed office space.

 

Prior to market survey, Federal Protective Service (FPS) will evaluate all interested buildings for security compliance. Crime rates, adjacent tenants and parking areas will all be factors in the evaluation. Buildings may not be solicited based on FPS evaluation.

 

Offered space that does not allow the following conditions to be met, may result in an inefficient layout determination by the Government:

a. Contiguous space, all on one floor, not separated by common hallways or other areas. Storage/mail room and/or training/multipurpose room may be separated from the primary space by a public corridor but must be on the same floor.

b. No interior ramps or stairs.

c. Not more than twice as long as it is wide.

d. Regular shape, free of columns and obstructions that hinder development of efficient space design.

e. Columns at least 20’ from walls and other columns.

f. Columns shall be no longer than two square feet.





 

Action: Choose whether or not a fully serviced lease is required.  Also choose 100 year floodplain unless requirement is identified by agency as a critical action.

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.

 

Action: for fbo postings, insert the following language only for potential sole source succeeding lease actions.  Delete for procurement summary page.

do not use for full and open procurements.

note that any figures used for a cost benefit analysis (CBA) must be supportable.

Consideration of “non-productive agency downtime” in a CBA should be rare.

 

Action: For FBO postings, delete “offers due;” for procurement summary, keep “offers due” and delete “(estimated)” from dates.





Expressions of Interest Due:



12/08/17





Market Survey (Estimated):



TBD





Occupancy (Estimated):



July 1, 2020





 

Send Expressions of Interest to:




Name/Title:



Frances Manning

Lease Contracting Officer

General Services Administration





Address:



620 SW Main St. Rm 108





Office:



503-326-3958





Email Address:



frances.manning@gsa.gov





 

Government Contact




Lease Contracting Officer



 Frances Manning





Expressions of interest must include the following information:

• Building name and address and location of the available space within the building;

• ANSI/BOMA office area-(ABOA) square feet to be offered

• Date of space availability;

• Building ownership information;

• Amount of parking available on-site

Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to this advertisement.

Please reference the Solicitation/Project # in the subject line of all e-mail correspondence related to this project.


Frances S. Manning, Phone 5033263958, Email frances.manning@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP