SOLICITATION NOTICE
X -- Government Seeks Office Space in Joliet Illinois
- Notice Date
- 1/21/2025 9:15:57 AM
- Notice Type
- Presolicitation
- Contracting Office
- PBS R5 OFFICE OF LEASING CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 3IL0482
- Response Due
- 2/24/2025 2:00:00 PM
- Archive Date
- 03/11/2025
- Point of Contact
- Chynita Richards, Phone: 3133306051, Thomas Nisivaco
- E-Mail Address
-
chynita.richards@gsa.gov, Thomas.Nisivaco@gsa.gov
(chynita.richards@gsa.gov, Thomas.Nisivaco@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space: State: Illinois City: Joliet Delineated Area: North: Black Rd/Ruby St East: Scott St/Chicago St/Hwy 6 South: Hwy 80 West: Hwy 55 Minimum Sq. Ft. (ABOA): 12,300 Maximum Sq. Ft. (ABOA): 12,915 Space Type: Office Parking Spaces (Total): 0 Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 10 years Firm Term: 5 years 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 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 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. 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). 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/0.2-percent-annual chance] floodplain (formerly referred to as [�100-year�/�500-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 Joliet, Illinois, 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 Due: February 24, 2025 Market Survey (Estimated): March 18, 2025 Occupancy (Estimated): May 17, 2026 Send Expressions of Interest to: Name/Title: Chynita Richards/Leasing Specialist Email Address: Chynita.richards@gsa.gov Government Contact Information Lease Contracting Officer: Thomas Nisivaco Leasing Specialist: Chynita Richards
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fe49726e6604e83893f9b89f9cd0480/view)
- Place of Performance
- Address: Joliet, IL, USA
- Country: USA
- Country: USA
- Record
- SN07318111-F 20250123/250121230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |