Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Government Seeks to Lease Office and Related Space in Cleveland, OH

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: Sep 13, 2023 09:31 am CDT
  • Original Response Date: Oct 12, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Cleveland , OH
    USA

Description

U.S. Government Project/Solicitation Number: 1OH2221

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

State:  Cleveland

City:  Ohio

Delineated Area:

West - Columbia Road, from Lake Erie to Cedar Point Road

South - Cedar Point Road to Aerospace Parkway to I-X Center Drive to SR-237 to Snow Road to Rockside Road east to the intersection of Rockside Road and Canal Road

East - Canal Road north to I-480.  Then I-480 west to I-77 and then I-77 north to I-90 connecting to Lake Erie

North - Lake Erie

Minimum Sq. Ft. (ABOA): 127,999

Maximum Sq. Ft. (RSF): 148,000

Space Type: Office, Special, Storage and Automotive Maintenance

Parking Spaces (Total): 438

Parking Spaces (Surface): 213

Parking Spaces (Structured/Reserved): 225

Full Term: Twenty (20) Years

Firm Term: Twenty (20) Years

Option Term: Ten (10) Years

Additional Requirements:

  • The tenant agency must be the sole tenant of the building.
  • Site must be configured to provide 2 means of vehicular ingress and egress from the site through 2 main  thoroughfares with a separation of a minimum of 200 feet.
  • The minimum building setback is 100 feet from the perimeter fence and anti-ram barrier to the exterior façade of the Office Building and the Annex. If the 100 foot setback cannot be achieved the offeror must provide alternative security solutions that provide the same level of security as the setback. Alternative solutions will be evaluated by the Government.
  • Government owned vehicle (GOVs) parking shall be within the secured perimeter of the site. The parking may be either structured or surface.
  • Visitor parking must be located outside the secured perimeter fence.
  • On-site parking must afford 24/7 access, including holidays.
  • Ready access to all utilities.
  • Location must have convenient access to major traffic arteries, food service establishments and retail services.
  • A loading dock with accessibility and turnaround maneuvering space for a 72 foot tractor trailer (AASHTO standard vehicle WB-67') is required.
  • The occupying agency must have unrestricted access and full operational use of the space 365 days per year: 24 hours per day.
  • The floor plate must be a minimum of 25,000 ABOA SF and a maximum of 40,000 ABOA SF as defined by the American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA Office Area SF).
  • Other typical and special requirements will be called for in the Request for Lease Proposals (RLP) package.

Offered space must be able to meet Government requirements contained in both Prospectus P0H-01-CL22 and in the RLP/Lease to be issued, including but not limited to requirements for fire and life safety, security, accessibility, seismic, energy and sustainability standards per the terms of the RLP and Lease.   A fully serviced lease is required.  Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year floodplain).  The acquisition plan for this procurement includes the structure of the lease agreement being a turnkey lease where the Offeror is responsible for estimating build out cost based on a program of requirements that will be included with the Request for Lease Proposals and including the cost of build out based on quantities provided as part of the offered rental rate. This will be a best value trade off procurement where technical award factors and price will be evaluated.

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.

Expressions of Interest Due: October 12, 2023

Market Survey (Estimated): November 2023

Occupancy (Estimated): March 2027

Send Expressions of Interest to:

Mr. Scott Pick, First Vice President

CBRE, Inc.

Email: Scott.Pick@cbre.com

Phone: (216) 363-6428

Government Contact Information

Lease Contracting Officer: Christine Reynolds

Leasing Specialist: Crystal Garibay

GLS Transaction Manager: Maria Kobe

GLS Local Broker: Scott Pick

Contact Information

Primary Point of Contact

Secondary Point of Contact





History