Agency: | |
---|---|
State: | Illinois |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Mar 5, 2024 |
Due Date: | Apr 5, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
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).
U.S. GOVERNMENT – 6IL0407
General Services Administration (GSA) seeks to lease the following space:
State: Illinois
City: Chicago
Delineated Area:
North: Cermak Road
South: 47th Street
East: S. California Avenue
West: S. Pulaski Road
Minimum Sq. Ft. (ABOA): 6,886
Maximum Sq. Ft. (ABOA): 7,574
Space Type: Office
Parking Spaces (Total): Per local Code
Full Term: 15 years
Firm Term: 10 years
Option Term: N/A
Additional Requirements:
Space must be in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.
Due to high customer interfacing, adequate and available parking must be nearby the proposed office location. Within 2 walkable blocks preferred.
Space shall be located in a professional office setting and 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 1%-annual-chance flood plain (formerly referred to as 100-year floodplain) 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 1,200 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, accessibility, seismic, and sustainability standards per the terms of the Lease.
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 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).
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: April 5, 2024
Market Survey (Estimated): Mid-April 2024
Occupancy (Estimated): August 20, 2026
Send Expressions of Interest to: Patrick Elwood
Cell Phone: 708-203-8970
Email Address: Patrick.Elwood@cbre.com
Government Contact Information
Lease Contracting Officer: Christopher Bonfiglio
Broker/ Sr. Transaction Manager: Christy Sebring (Christy.J.Sebring@gsa.gov)
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow Lease of Office Space within Region 5 using Request for Lease Proposals
GENERAL SERVICES ADMINISTRATION
Bid Due: 6/07/2024
Follow X1DB--Lakeside CBOC-Sources Sought-no parking Active Contract Opportunity Notice ID 36C25224Q0430 Related Notice
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 4/29/2024
Follow USDA Seeks Office Space to Lease in Harrisburg, IL Active Contract Opportunity
AGRICULTURE, DEPARTMENT OF
Bid Due: 5/03/2024
Follow US Government seeks office space in Chicago Heights, Illinois Active Contract Opportunity
GENERAL SERVICES ADMINISTRATION
Bid Due: 5/08/2024