Skip to main content

An official website of the United States government

You have 2 new alerts

3IN0240 U.S. Government seeks office space in Fort Wayne, IN

Looking for contract opportunity help?

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 Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Nov 19, 2024 01:07 pm CST
  • Original Response Date: Dec 23, 2024 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 07, 2025
  • 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:
    Fort Wayne , IN
    USA

Description

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

State: Indiana

City: Fort Wayne

Delineated Area:

North: W. State Blvd. to E. State Blvd.

East: N. Anthony Blvd to S. Anthony Blvd.

South: E. Pontiac St. to W. Pontiac St. to  Fairfield Ave. to W. Creighton Ave. to Broadway to Taylor Street

West: Freeman St. to W. Jefferson Blvd. to W. Main St. to Leesburg Rd. to Spring St. to Lindenwood Ave.

Minimum Sq. Ft. (ABOA): 6,156

Maximum Sq. Ft. (ABOA): 6,772

Space Type: Office

Parking Spaces (Total): 9

Parking Spaces (Surface): N/A

Parking Spaces (Structured): 9

Parking Spaces (Reserved): N/A

Full Term: 15 Years

Firm Term: 10 Years

Option Term: N/A

Additional Requirements:

  • All space must be contiguous, and preferably on the 2nd floor or higher. Space on the first floor will be considered only when no other space is available, or if deemed appropriate by Tenant. First-floor spaces require additional security measures.
  • Proposed site must not be within 640’-0” of any facilities identified by ISC as “hazardous materials transportation/storage facilities.”

1. Hazardous locations include facilities with potential environmental threats (e.g., fuel storage areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous material).

2. Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification centers, above-ground fuel storage, and rail yards).

  • It is preferred that the proposed facility not be located near “Low Risk Facilities” (e.g., day care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service centers).
  • Proposed facility must not be located within 400’-0” of public defenders, ICE, probation offices, IRS, universities, other businesses or facilities, deemed unacceptable by Tenant Security for safety purposes.
  • Proposed Tenant spaces or facilities within 400’-0,” or adjacent to facilities associated with foreign powers identified in Tenant's National Security Threat List, will not be considered.
  • Facilities with underground parking must have access-controlled parking restricted to building Tenants. Open and/or general public parking is not permitted below the building proposed for the Tenant office.
  • Subleases will not be considered.
  • The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 5:30 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 0.2-percent-annual chance floodplain (formerly referred to as “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.

The U.S. Government currently occupies office and related space in a building under a lease in Fort Wayne, IN that will be expiring.  The Government is considering alternative space if economically advantageous.  In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.

Expressions of Interest Due: 12/23/2024

Market Survey (Estimated): 1/15/2025

Occupancy (Estimated): 8/1/2026

Contact Information

Contracting Office Address

  • R5 OFFICE OF LEASING 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 07, 2025 10:55 pm CSTPresolicitation (Original)