The RFP Database
New business relationships start here

The Government is seeking to lease office and related space in Milwaukee, WI for a minimum of 16,984 ANSI/BOMA Office Area (ABOA) and a maximum of 18,682 ABOA


Illinois, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

City, State:



Milwaukee, WI





Delineated Area:



CBD of Milwaukee, WI

 

(See DA map outline attached)





Minimum Sq. Ft. (ABOA):



16,984





Maximum Sq. Ft. (ABOA):



18,682





Space Type:



Office and Related Space





Parking Spaces (Total):



22 (structured or surface) parking spaces must be reserved and available on-site for Government vehicles. An additional 15 parking spaces must be available onsite or within ¼ mile walking distance from the building.

·       Structured spaces should accommodate 70”h vehicles





Parking Spaces (Surface or Structured):



(see above)





Parking Spaces (Reserved):



(see above)





Full Term:



15 Years





Firm Term:



10 Years





Option Term:



N/A





Additional Requirements:



Space which shall be located in a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.  

Regularly scheduled public transportation during the workday is required within 1-mile walking distance from the building entrance.

The minimum distance from commercial daycare use and K thru 12 schools shall be at least .03 miles. The distance shall be measured using a vehicular path of travel method.

Parking for sedan/SUV type vehicles shall accommodate vehicles up to 70’’ in height. Parking shall be for full size vehicles and shall be secured with 8 ft. high anti-climbing fencing with privacy slats or alternate screening method. Fencing type shall be required by the local authorities having jurisdiction over the project. Access shall be by electronically controlled power operated commercial grade rolling or swinging gates matching the design and height of the fencing.

Offered building to provide an exterior covered and enclosed sally port 16 ft. wide by 26 ft. long, heated to a minimum temperature of 45 degrees Fahrenheit. Access shall be by electronically controlled power operated 10 ft. wide by 14 ft. clear height commercial grade roll-up doors compatible with the design and color of the sally port enclosure. Direct access from the sally port to the offered space shall be required through a secure non-public path of travel.

This requirement is for a Facility Security Level (FSL) III facility, as defined by the Interagency Security Committee (ISC). The offered property must meet the ISC requirements for an FSL III facility, including but not limited to the use of a combination of setbacks, site planning, façade hardening and structural measures to provide a medium level of façade and structure blast resistance protection. The site-specific required protection will be determined at the sole discretion of the Government on a case by case basis.

Offered space must be contiguous on one floor or vertically contiguous and shall provide configuration of space that will allow for an efficient layout of space for offices, workstations and special use spaces (file, copy, storage rooms, etc.).

Space will not be considered where any living quarters are located within the building.





 

An offeror must be registered and active in the System for Award Management (SAM) to respond to a request for lease proposal (RLP). SAM registration is not required prior to responding to this advertisement but is required at the time of initial offer submission which will be established at issuance of the RLP. Offerors without an active SAM registration at the time of initial offer submission established by the RLP cannot be considered for the procurement. It is recommended that potential offerors register or verify their current registration is active at SAM.gov. 

 

Subleases will not be considered.

 

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 100-year flood plain.

 

B.       Projected Dates.

 





Expressions of Interest Due:



December 6, 2019





Market Survey (Estimated):



January 2020





Occupancy (Estimated):



February 2022





 

C.       Government Contact.

 





Primary Contact:



Margaret Nolan

JLL

200 East Randolph Drive

Chicago, IL 60601

(312) 228-2199

Margaret.Nolan@gsa.gov





Secondary Contacts:



Michael T. Streit
JLL
250 E. Wisconsin, Suite 1700
Milwaukee, WI 53202
(414) 944-2104   

Michael.Streit@am.jll.com

 

&

 

Matt D. Hunter 

250 East Wisconsin Ave, Suite 1700

Milwaukee, WI 53202

(414) 944-2115

Matt.Hunter@am.jll.com ;

 





 


Margaret Nolan, Sr. Analyst , Phone 3122282199, Email margaret.nolan@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP