Revised Renewal Option Office Space Independence, Ohio
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Dec 13, 2022 02:50 pm CST
- Original Published Date: Aug 09, 2022 12:31 pm CDT
- Updated Response Date: Aug 22, 2022 04:00 pm CDT
- Original Response Date: Aug 16, 2022 04:00 pm CDT
- 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:
- Place of Performance: Independence , OH 44131USA
Description
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State:
Illinois
City:
Marion
Delineated Area:
Within the City Limits of Marion____
Minimum Sq. Ft. (ABOA):
7550
Maximum Sq. Ft. (ABOA):
8000
Space Type:
Office
Parking Spaces (Total):
56
Parking Spaces (Surface):
56
Parking Spaces (Structured):
0
Parking Spaces (Reserved):
56
Full Term:
3 years
Firm Term:
2 years
Option Term:
N/A
Additional Requirements:
Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.
Space shall be located in a professional office setting and preferably not within close proximity to residential areas, railroad tracks or power transmission lines.
Space will not be considered where any living quarters are located within the building.
Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.
Subleases are not acceptable.
Office space must be contiguous, on one floor.
Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space.
The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.
The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration.
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 500 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.
The U.S. Government currently occupies office and related space in a building under a lease in Chicago, IL, 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:
8/16/22
Market Survey (Estimated):
8/18/22
Occupancy:
Send Expressions of Interest to:
Name/Title:
Colleen McGuigan
Address:
230 S Dearborn St
Ste 3600
Chicago, IL 60604
Office/Fax:
773-707-3182
Email Address:
Colleen.mcguigan@gsa.gov
Government Contact Information
Lease Contracting Officer
Colleen McGuigan
Leasing Specialist
N/A
Broker
N/A
Attachments/Links
Contact Information
Contracting Office Address
- R5 OFFICE OF LEASING 230 S DEARBORN STREET
- CHICAGO , IL 60604
- USA
Primary Point of Contact
- Colleen McGuigan
- colleen.mcguigan@gsa.gov
- Phone Number 7737073182
Secondary Point of Contact
History
- Jan 21, 2023 10:58 pm CSTPresolicitation (Updated)
- Dec 13, 2022 02:50 pm CSTPresolicitation (Updated)
- Sep 06, 2022 10:56 pm CDTPresolicitation (Updated)
- Aug 09, 2022 12:31 pm CDTPresolicitation (Original)