The RFP Database
New business relationships start here

U.S. GOVERNMENT SEEKS TO LEASE 4,710 ANSI/BOMA SQUARE FEET OF CLASS A OFFICE AND RELATED SPACE IN ROSEMONT, IL


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

X -- U.S. GOVERNMENT SEEKS TO LEASE 4,710 ANSI/BOMA
SQUARE FEET OF CLASS A OFFICE AND RELATED SPACE IN ROSEMONT, IL

 


GENERAL INFORMATION:





Document Type:



Sources Sought, Pre-solicitation Notice





Solicitation Number:



8IL2427





Posted Date:



 





Original Response Date/Due By:



November 21, 2019





Current Response Date/Due By:



 





Original Archive Date:



 





Current Archive Date:



 





Classification Code:



X -- Lease or rental of facilities





NAICS Code:



531120 -- Lessors of Nonresidential Buildings (except Mini-warehouses)





Lease Term



Twenty (20) Years, Fifteen (15) years firm





Place of Performance



Rosemont, IL





Delineated Area



Rosemont, IL

 

Boundaries:

City of Rosemont, IL

 

Street Boundaries:

North: Gold Road

South: Addison Ave.

East:  Harlem Ave.

West: I-355/I-290

 





REQUIREMENT:

The United States Government (“Government”) is seeking expressions of interest from potential sources for office and related space in Rosemont, IL.  The US Government’s existing lease in Rosemont, IL is expiring and the Government will relocate and expand its current space footprint to reflect its changing mission.  Occupancy is required as early as November 1, 2020 or sooner and no later than January 1, 2021.  The U.S. Government is interested in leasing approximately 4,710 ANSI/BOMA (“Useable”) square feet of Class A office and related space in Rosemont, IL for use by the United States Fish and Wildlife Service (FWS).  The area of consideration/delineated area is as noted above.  The space must yield a minimum of 4,710 ANSI/BOMA (“Useable”) square feet of contiguous space.  The anticipated term is twenty (20) years; fifteen (15) years firm term as a fully serviced lease.  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 must provide regularly scheduled public transportation within ¼ -mile of the offered building.  Parking, sufficient to cover the commuting needs of visitors and employees must be provided on-site or within close proximity to the offered building.  Owners or their exclusive listing agent ONLY may submit properties for inspection.  Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as Class A.  Buildings must demonstrate the ability to meet all current Federal/GSA/PBS, State, and local codes and regulations.  These include but are not limited to fire and life safety, accessibility, OSHA, and seismic protection.    Offered space shall not be in the 100 year flood plain.    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 can not be considered for the procurement. It is recommended that potential offerors register or verify their current registration is active at SAM.gov.    Submissions are due no later than 5PM CST on 11/21/2019.  Please reference Project Number 8IL2427.

 

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 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;

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)    CAD disk and one-eighth inch scale drawing of space offered – showing columns, stairwells, restrooms, paths of egress and any other architectural features of the space.  The actual space being offered should be outlined in bold or hash marks;

5)    CAD disk and/or one-eighth inch scale drawings of typical floor plates for the entire building – including the first floor entrances, exits, egress, etc. that help determine ABAAS, ADA and fire life safety requirements;

6)    For new construction, CAD disk showing all of the above items plus a rendering of the proposed building must be provided;

7)    For new construction, a list of the building materials to be used in constructing the building must be shown on a rendering, etc.;

8)    ANSI/BOMA defined office area/useable square feet (USF);

9)    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.

10) Rentable square feet (RSF) offered and rental rate per square foot, specifying services, utilities;

11) Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any);

12) The amount of State tenant improvement allowance (work letter) included in the offer;

13) Common Area Factor used to determine the RSF;

14) Building ownership information;

15) Name, address, telephone number, and email address of authorized contact;

16) In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission must be submitted with expression of interest.

 

AUTHORIZED CONTACTS:

 

E-mail complete expressions of interest to:

Clarissa Mahoney-Pascascio

GSA Authorized Representative-Broker Contractor

Jones Lang LaSalle
200 E. Randolph Street |  Chicago, IL 60601
312-228-2509 

clarissa.mahoney@gsa.gov ;

For receipt not later than: 5PM CST  on 11/21/2019

 

Point of Contact:

 

Same as above.

 

Place of Performance:  Rosemont, IL


Clarissa -Mahoney Pascascio, Broker, Phone 312-228-2509, Email clarissa.mahoney@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP