Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOLICITATION NOTICE

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 192,970 RSF (Yielding at Least 152,700 ANSI/BOMA USF and at most 162,800 ANSI/BOMA) OF OFFICE SPACE IN CHICAGO, IL

Notice Date
4/1/2009
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
 
ZIP Code
20006-4044
 
Solicitation Number
6IL0010
 
Archive Date
6/1/2009
 
Point of Contact
Hugh Murphy,, Phone: 312-228-3618, Peter A. Sellis,, Phone: 312-228-3275
 
E-Mail Address
hugh.murphy@am.jll.com, peter.sellis@am.jll.com
 
Small Business Set-Aside
N/A
 
Description
DELINEATED AREA: North: Grand Avenue South: Harrisson Street East: Lake Michigan West: Kennedy Expressway REQUIREMENT: The United States Government (“Government”) is seeking expressions of interest from potential sources for office space in downtown Chicago, IL. The US Government’s existing lease in downtown Chicago is expiring and the Government is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 192,970 rentable square feet of Class A office space in the City of Chicago, Illinois for use by the Department of Health and Human Services (HHS). The area of consideration/delineated area is as noted above. The space must yield a minimum of 152,700 ANSI/BOMA (“Useable”) and at most 162,800 ANSI/BOMA square feet of space (at least 3 floors must be contiguous, and all space must be on 7 floors or less), and parking for 17 vehicles. The anticipated term is 10 years, 10 years firm as a fully serviced lease. In addition to the rental costs the Government will also factor in costs of moving to a new location including, but not limited to, physical move, specialized alterations, furniture/equipment relocation, telecommunications, and other related costs. Note that these same costs may or may not be factored in when evaluating whether it is most advantageous to the Government to remain at the current lease location. The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide regularly scheduled public transportation and employee parking within convenient walking distance of the offered building sufficient to cover commuting needs of employees. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. Government occupancy for Space is required by April 1, 2011. SUBMISSION REQUIREMENTS Expressions of interest must be submitted in writing should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1)Building name/address 2)Legal property description, recent survey, and property identification numbers (PIN) 3)Location of space in the building and date it will be available 4)One-eighth inch scale drawing of space offered 5)ANSI/BOMA defined office area/useable square feet (USF) 6)Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included 7)Common Area Factor used to determine the RSF 8)Name, address, telephone number, and email address of authorized contact 9)In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission AUTHORIZED CONTACTS: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized representative Jones Lang LaSalle. E-mail, facsimile, or mail complete expressions of interest to: Hugh Murphy Jones Lang LaSalle Americas, Inc. 200 E. Randolph Drive 47th Floor Chicago, IL 60601 Phone: 312-228-3618; Fax: 312-470-2429 E-mail: hugh.murphy@am.jll.com For receipt not later than:: May 1, 2009
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7fdb32203a2dabdea8fff1c8e18008c0&tab=core&_cview=1)
 
Place of Performance
Address: Chicago, Illinois, United States
 
Record
SN01783299-W 20090403/090401221103-7fdb32203a2dabdea8fff1c8e18008c0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.