Search Contract Opportunities

Lease Award in Wausau, WI   2

ID: 9WI2224 • Type: Award Notice • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Government currently occupies o ice and related space in a building
under lease in Wausau, Wisconsin that is expiring. The Government is considering only alternative space if
economically advantageous. In making this determination, the Government will consider, among other
things, the availability of alternate space that potentially can satisfy the Government requirements, as well
as costs incurred through relocating, such as physical moving costs, replication of tenant improvements and
telecommunications infrastructure, and non-productive agency downtime.
City, State: Wausau, Wisconsin
Delineated Area: City Limits of Wausau, Wisconsin
Minimum Sq. Ft. (ABOA): 8,050 USF
Maximum Sq. Ft. (ABOA): 8,453 USF
Maximum Sq. Ft. (RSF): 8,710 RSF
Space Type: Office and Related Space
Full Term: 10 years
Firm Term: 5 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 o ice 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.
Space should not be located near establishments whose primary operation is the sale of alcoholic
beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention
facilities.
Employee and visitor entrances of the Building must be connected to public sidewalks or street by
continuous, accessible sidewalks.
Regularly scheduled public transportation (if provided by municipality) during the workday is required
within 1000 feet.
Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the
building. The parking-to-square-foot ratio available on-site shall at least meet current local code
requirements. Restricted or metered parking of one hour or less within the two block area of the space does
not meet parking requirements.
Subleases are not acceptable.
Office space must be contiguous, on one floor.
Space configuration shall be conducive to an e icient 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 o sets that will result in an
inefficient use of space.
The following space configurations will not be considered: Space with atriums or other areas interrupting
contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly
shaped space configurations or other unusual building features adversely a ecting usage.
Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less
than twenty (20') feet
The o ered space must meet or be capable of meeting Government requirements for Security, Fire Life
Safety and Handicapped Accessibility.
If space o ered is above ground level, at least two (2) accessible elevators will be required.
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.
The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are
Monday through Friday 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).
Note that GSA will be using the Lease Offer Platform (LOP) Application for this procurement. LOP will enable
Offerors to electronically offer space for lease to the Federal Government, through the Requirement Specific
Acquisition Platform (RSAP). The offer submission process is web-enabled, allowing all registered
participants to submit and update offers to lease space to the Government in response to a single RLP for a
specific space requirement.

Overview

Awardee
Award ID
GS-05P-LWI01041
Reported Award
$2,419,699
Award Date
Aug. 10, 2022
Posted
Aug. 11, 2022, 7:10 p.m. EDT
Set Aside
None
Place of Performance
Wausau, WI USA
Source
Current SBA Size Standard
$34 Million
Lease Award in Wausau, WI (9WI2224) was awarded to Fong Family on 8/11/22 by Broker Services.
Primary Contact
Name
Dominic Vedder   Profile
Phone
(703) 852-6215

Documents

Posted documents for Award Notice 9WI2224

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Award Notice 9WI2224

Award Notifications

Agency published notification of awards for Award Notice 9WI2224

Similar Active Opportunities

Open contract opportunities similar to Award Notice 9WI2224

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS CENTRAL OFFICE - BROKER SVCS
FPDS Organization Code
4740-BQ000
Source Organization Code
100180061
Last Updated
Aug. 25, 2022
Last Updated By
dominic.vedder@gsa.gov
Archive Date
Aug. 25, 2022