Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 37,166 RSF (Yielding at Least 32,240-32,300 USF) OF OFFICE SPACE IN CHICAGO, IL

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
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
GS-05B-18590
 
Archive Date
4/24/2010
 
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
(hugh.murphy@am.jll.com, peter.sellis@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 37,166 RSF (Yielding at Least 32,240-32,300 USF) OF OFFICE SPACE IN CHICAGO, IL. Lease Term: Ten (10) Years, Seven (7) years firm Place of Performance: Chicago, IL Delineated Area North: Randolph Street; South: Jackson Boulevard; East: LaSalle Street; West: Des Plaines Street 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 will be expiring and the Government is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 37,166 rentable square feet of Class A office space in the City of Chicago, Illinois for use by the Food and Drug Administration (FDA). The area of consideration/delineated area is as noted above. The space must yield a minimum of 32,240-32,300 ANSI/BOMA ("Useable") square feet of space. The anticipated term is 10 years, 7 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, tenant improvements, above-standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in 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. Space must be available by September 19, 2010. 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 200 E. Randolph Drive Chicago, IL 60601 Phone: 312-228-3618; Fax: 312-470-2429 E-mail: hugh.murphy@am.jll.com For receipt not later than: April 9, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/GS-05B-18590/listing.html)
 
Place of Performance
Address: 230 S. Dearborn St., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN02116249-W 20100410/100408234846-c3fbb7627acd360b4d87e069eafed987 (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  © 1994-2020, Loren Data Corp.