United States - The Government is seeking to lease office space in Hanover, MA for a minimum of 6,160 ABOA SF

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
31 January 2025
Opportunity publication date
18 December 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State:  Massachusetts
City:  Hanover
Delineated Area:  Entire town limits of Hanover, MA.
Minimum Sq. Ft. (ABOA):  6,160
Maximum Sq. Ft. (ABOA):  6,809
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
Additional Requirements:
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.
.AGENCY UNIQUE REQUIREMENTS
Agency Tenant Improvement Allowance:
$64.26 per ABOA SF
Building Specific Amortized Capital (BSAC):
 $25.00 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 4:00 p.m. eastern time on January 31, 2025 using the Lease Offer Platform/Requirement Specific Acquisition Platform (LOP/RSAP) located at https://lop.gsa.gov/RSAP

Expressions of Interest Due:  December 16, 2024
Market Survey (Estimated):  TBD
Occupancy (Estimated):  TBD
Send Expressions of Interest to:  Clare Nawrocki
10 Causeway Street, 11th Fl., Boston, MA 02222
617-513-1831
Email Address:  Clare.Nawrocki@gsa.gov

Government Contact Information:
Lease Contracting Officer
Carrie Rosenman

Opportunity closing date
31 January 2025
Value of contract
to be confirmed

About the buyer

Address
PBS R1 OFFICE OF LEASING

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?