Skip to main content

An official website of the United States government

You have 2 new alerts

Office Space Wanted by the U.S. Government, Westlake, Ohio

info alert

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: Jan 20, 2022 10:45 pm EST
  • Original Published Date: Oct 15, 2021 06:48 pm EDT
  • Updated Response Date: Jan 26, 2022 05:00 pm EST
  • Original Response Date: Nov 15, 2021 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 26, 2022
  • Original Inactive Date: Nov 30, 2021
  • 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:
    USA

Description

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

State:  Ohio

City:  Westlake

Delineated Area:  See Attached Delineated Area & Map Revised

Minimum Sq. Ft. (ABOA):  14,908

Maximum Sq. Ft. (ABOA):  15,654

Space Type:  Office/Workshop and Warehouse

  • Minimum Office/Workshop - 11,608
  • Minimum Warehouse - 3,300

Parking Spaces (Secured):  11 Secured parking spaces

Lease Term:  20 Years Full, 15 years Firm

Option Term:  N/A

Additional Requirements:

  • 10 ft x10 ft garage door required
  • Ground level space required
  • Warehouse must provide a minimum clear ceiling height of 14 ft

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. 

Subleases are not allowed.

Offered space shall not be in the 100-year flood plain.

This procurement will be subject to all the rules, regulations, Executive Orders, Laws, terms and conditions, requirements and specifications stated in the Request for Lease Proposal (RLP) package that will be issued for this GSA Lease procurement.

The Government will only consider existing buildings.

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.

In order to respond to the Request for Lease Proposals (RLP), the Offeror must have an active registration in the System for Award Management (SAM), via the Internet at https://SAM.gov prior to the Lease Award Date. Offerors must be registered for purposes of “All Awards” (See FAR 52.232-33), including completion of all required representations and certifications within SAM. This registration service is free of charge.  It is strongly recommended that potential offerors register and/or verify/renew their registration as soon as possible. 

Expressions of Interest must include the following information at a minimum:

  1. Building name and address.
  2. Location of the available space within the building and date of availability. 
  3. The building interior building layout drawings/pictures (preferably with dimensions shown) reflecting the space that is being offered.
  4. Rentable Square Feet (RSF) offered and full-service rental rate per RSF.  Indicate whether the quoted rental rate includes an amount for tenant improvements and state amount, if any.
  5. ANSI/BOMA office area (ABOA) square feet offered. 
  6. Ceiling height details throughout the offered space.
  7. Building ownership information.
  8. Name, address, telephone number, and email address of authorized representative.
  9. Identification of public transit routes/stops near the property offered.
  10. Amount of parking available on-site and its cost.  Include whether expected rental rate includes the cost of the required Government parking (if any).
  11. Energy efficiency and renewable energy features existing within the building.
  12. Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.

Expressions of Interest Due (Estimated):  January 26, 2022

Market Survey (Estimated):  Late January 2022 - Early February 2022

Occupancy (Estimated):  July 10, 2023

Send Expressions of Interest to:

Name:  Warren Blazy

Office:  216-937-4372

Email Address:  warren.blazy@am.jll.com

Name:  Yolanda Morgan-Wells

Office:  267-815-1309

Email Address:  yolanda.morgan-wells@gsa.gov

Government Contact Information

Lease Contracting Officer:  Mark Montgomery

Broker:  Yolanda Morgan-Wells

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History