U.S. Government Seeks Office, Warehouse, and Wareyard Space in BLAINE, BROOKLYN PARK, FRIDLEY, LINO LAKES, MAPLE GROVE, MINNEAPOLIS, MOUNDS VIEW, PLYMOUTH, ROSEVILLE, ST. PAUL

Agency: GENERAL SERVICES ADMINISTRATION
State: Minnesota
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159012479448062
Posted Date: Mar 14, 2023
Due Date: Apr 11, 2023
Solicitation No: 0MN2161-(3)
Source: Members Only
Follow
U.S. Government Seeks Office, Warehouse, and Wareyard Space in BLAINE, BROOKLYN PARK, FRIDLEY, LINO LAKES, MAPLE GROVE, MINNEAPOLIS, MOUNDS VIEW, PLYMOUTH, ROSEVILLE, ST. PAUL
Active
Contract Opportunity
Notice ID
0MN2161-(3)
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R5
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 14, 2023 03:07 pm EDT
  • Original Published Date: Mar 14, 2023 03:04 pm EDT
  • Updated Response Date: Apr 11, 2023 04:00 pm EDT
  • Original Response Date: Apr 11, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    MN
    USA
Description

State:



MN



Cities:



BLAINE, BROOKLYN PARK, FRIDLEY, LINO LAKES, MAPLE GROVE, MINNEAPOLIS, MOUNDS VIEW, PLYMOUTH, ROSEVILLE, ST PAUL



Delineated Area:



North: Main Street / 125th / County Road 14



South: I-394 to I-94



East: I-35W to I-35E to I-94



West: I-494 to I-94 to MN Hwy 610 to US Hwy 169 to Main Street



Office Minimum Sq. Ft. (ABOA):



3,674



Office Maximum Sq. Ft. (ABOA):



4,041



Warehouse Minimum Sq. Ft. (ABOA):



4,818



Warehouse Maximum Sq. Ft. (ABOA):



5,300



Wareyard Minimum Sq. Ft. (RSF):



11,640



Wareyard Maximum Sq. Ft. (RSF):



12,804



Parking Spaces (Total):



17 cars, 4 Boats w/trailers, 1 Cargo Trailer (22 total spaces)



Parking Spaces (Surface):



22 see allocation above



Parking Spaces (Structured):



0



Parking Spaces (Reserved):



0



Full Term:



20 Years



Firm Term:



10 Years



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.



Office and Warehouse space must be contiguous and located on the ground floor.



The Space must be located in a modern quality building of sound and substantial construction, and the configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the size and location of interior fire and load bearing walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility.



The light industrial area of the space (approximately 2,500 RSF) must have a 14’ clear working height, sealed reinforced concrete floor with a floor load of 1,000 lbs./sf, and be equipped with ventilation fans.



The warehouse space must be accessible to vehicles at the ground level.



The wareyard must be secured, located on site, and paved with asphalt or concrete.



Property must accommodate safe vehicular access and circulation throughout for vehicles pulling trailers that can reach 45’ in total length with central pivot points like light truck/boat trailer combinations.



Subleases will not be considered.



Access to space and parking is required 24 hours, 7 days a week.




  • Normal hours of operation are Monday through Friday 6:00 a.m. to 6:00 p.m.



Other agency-specific requirements will be described in full in the requirement’s Request for Lease Proposals (RLP) package.



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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >