Search Contract Opportunities

U.S. GOVERNMENT SEEKS TO LEASE OFFICE AND RELATED SPACE IN CHICAGO, IL   3

ID: 9IL2452 • Type: Presolicitation • Match:  90%
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

Solicitation for Offers No: 9IL2452

Procurement Type: Pre-solicitation

Statement of Requirements: The Government is seeking to lease office and related space in Chicago, Illinois for a minimum of 8,336 ANSI/BOMA Office Area square feet (ABOA SF) to a maximum of 8,753 ABOA SF.

City, State: Chicago, IL

Delineated Area within the following boundaries:

North: Diversey Avenue

South: Division Street

East: Western Avenue to Milwaukee Avenue

West: Kimball Avenue to Armitage Avenue to Humboldt Boulevard

Minimum Sq. Ft. (ABOA SF): 8,336 ABOA SF

Maximum Sq. Ft. (ABOA SF): 8,753 ABOA SF

Space Type: Office and Related Space

Parking Spaces (Total): 0

Parking Spaces (Surface): 0

Parking Spaces (Structured): 0

Parking Spaces (Reserved): 0

Full Term: 15 years

Firm Term: 10 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.

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.

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.

Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less.

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 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 affecting usage.

Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less than twenty (20') feet

The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.

If space offered 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 7:00 a.m. to 5:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).

Expressions of Interest should include the following :

  1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.
  2. Identification of public transit routes/stops near the property offered.
  3. Rentable square feet available, and expected rental rate per rentable square foot, fully serviced.
  4. ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any.
  5. Date of space availability.
  6. Building ownership information.
  7. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any).
  8. Energy efficiency and renewable energy features existing within the building.
  9. List of building services provided.
  10. Reference project number 9IL2452

Projected Dates :

Expressions of Interest Due: 4/10/2020

Occupancy (Estimated): 6/5/2022

Government Contact :

In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative.

Submit Expressions of Interest to:

Dan Persa, CBRE, Inc.

321 N. Clark St., 34th Floor

Chicago, IL 60654

Office: (312) 935-1956

Dan.Persa@CBRE.com

Overview

Response Deadline
April 10, 2020, 6:00 p.m. EDT Past Due
Posted
March 27, 2020, 1:35 p.m. EDT
Set Aside
None
Place of Performance
Chicago, IL United States
Source

Current SBA Size Standard
$34 Million
Est. Level of Competition
Low
Odds of Award
54%
On 3/27/20 Broker Services issued Presolicitation 9IL2452 for U.S. GOVERNMENT SEEKS TO LEASE OFFICE AND RELATED SPACE IN CHICAGO, IL due 4/10/20. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Dan Persa   Profile
Phone
(312) 935-1956

Secondary Contact

Name
Will Shelly   Profile
Phone
(703) 852-6220

Documents

Posted documents for Presolicitation 9IL2452

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation 9IL2452

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 9IL2452

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 9IL2452

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
April 25, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 25, 2020