US Government seeks to lease office space in Merrillville, IN
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
State: | Indiana |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159770463392954 |
Posted Date: | Mar 21, 2024 |
Due Date: | Apr 18, 2024 |
Solicitation No: | 3IN0228 |
Source: | Members Only |
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).
- Contract Opportunity Type: Presolicitation (Updated)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Updated Published Date: Mar 21, 2024 04:20 pm CDT
- Original Published Date: Mar 21, 2024 04:05 pm CDT
- Updated Response Date: Apr 18, 2024 05:00 pm CDT
- Original Response Date: Apr 18, 2024 05:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: May 03, 2024
- Original Inactive Date: May 03, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Merrillville , INUSA
State: Indiana
City: Merrillville
Delineated Area:
North: 81 st Ave.
East: Mississippi St.
South: 93 rd Ave.
West: I-65
Minimum Sq. Ft. (ABOA): 7,827 ABOA SF
Maximum Sq. Ft. (ABOA): 8,697 ABOA SF
Space Type: Office
Parking Spaces (Total): N/A
Parking Spaces (Surface): N/A
Parking Spaces (Structured): N/A
Parking Spaces (Reserved): N/A
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 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.
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 1000 feet of 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 onsite 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 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.
An unoccupied server room with 24/7 HVAC is required.
Space will be built out with a public waiting area.
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 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.
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. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).
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.
The U.S. Government currently occupies office and related space in a building under a lease in Merrillville, IN, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
Expressions of Interest should include the following:
- 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.
- Identification of public transit routes/stops near the property offered.
- Rentable square feet available, and expected rental rate per rentable square foot, fully serviced.
- 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.
- Date of space availability.
- Building ownership information.
- Amount of parking available on-site.
Expressions of Interest Due: April 18, 2024, 5:00 pm CDT
Market Survey (Estimated): May 1, 2024
Occupancy (Estimated): April 25, 2026
Send Expressions of Interest to:
Name: Chris Deutscher, CBRE Inc.
Email Address: Chris.Deutscher@cbre.com
Government Contact Information:
Lease Contracting Officer: Donald Padrnos
Broker Contractor: Matt Bartlett, CBRE, Inc.
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
- Chris Deutscher
- Chris.Deutscher@cbre.com
- Phone Number 2198774290
- Matt Bartlett
- matthew.bartlett@gsa.gov
- Phone Number 7038526208
- Mar 21, 2024 04:20 pm CDTPresolicitation (Updated)
- Mar 21, 2024 04:19 pm CDT Presolicitation (Updated)
- Mar 21, 2024 04:05 pm CDT Presolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.