Illinois Bids > Bid Detail

Renewal Option - Orland Park, IL

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159401246983049
Posted Date: Jan 18, 2023
Due Date: Feb 8, 2023
Solicitation No: 1IL2280
Source: https://sam.gov/opp/b7e14c4a51...
Follow
Renewal Option - Orland Park, IL
Active
Contract Opportunity
Notice ID
1IL2280
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R5
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 18, 2023 03:34 pm CST
  • Original Response Date: Feb 08, 2023 04:30 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Orland Park , IL 60462
    USA
Description

General Services Administration (GSA) seeks to lease the following space:





State:



IL



City:



Orland Park



Delineated Area:



Within the following boundaries:




  • North: W 143rd St

  • East: S 82nd St to W 157th St to S 86th Ave

  • South: 159th St

  • West: S Ravinia Ave to West Ave



Minimum Sq. Ft. (ABOA):



22,280



Maximum Sq. Ft. (ABOA):



22,950



Space Type:



Office



Parking Spaces (Total):



124



Parking Spaces (Surface):



124



Parking Spaces (Structured):



0



Parking Spaces (Reserved):



0



Full Term:



60 Months



Firm Term:



36 Months



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 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 2 city blocks or 600 feet, whichever is less.





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.





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 atriums (that interrupt contiguous space) 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).





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 500 year flood plain.





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 Chicago, IL, 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:2/8/2023



Market Survey (Estimated):2/9/2023



Occupancy (Estimated):6/10/2023


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 18, 2023 03:34 pm CSTPresolicitation (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.

Start Free Trial Today >