Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
MODIFICATION

X -- The US Government is seeking a minimum of 65,916 ABOA Square Feet of Office Space in Oak Brook, IL and surrounding area.

Notice Date
12/15/2016
 
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-05P-LIL19540
 
Archive Date
8/27/2016
 
Point of Contact
Hugh Murphy, Phone: 312-228-3618, Aly Brooks, Phone: 312-228-2056
 
E-Mail Address
hugh.murphy@am.jll.com, alyssa.brooks@am.jll.com
(hugh.murphy@am.jll.com, alyssa.brooks@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
The Government is seeking to enter into a lease for space meeting the following requirements: City, State: Oak Brook, Illinois and surrounding area Delineated Area: North: Irving Park Road South: Ogden Avenue East: Highway 171 West: Naperville Road Minimum Sq. Ft. (ABOA): 65,916 Maximum Sq. Ft. (ABOA): 69,212 Space Type: Office and Related Space Parking Spaces (Total): 205 (structured or surface) parking spaces must be available on-site for government vehicles. An additional 98 parking spaces must be available onsite or within ¼ mile walking distance. 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. The minimum distance from K thru 12 schools is a 2/10 of a mile. Single family residential areas shall not be within 2/10 of a mile. Distance shall be measured using a vehicular path of travel. The offered property must have the ability to meet the Interagency Security Committee (ISC) requirements for a Facility Security Level (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. 205 parking spaces must be available on-site for government vehicles. These spaces must be secured and reserved unless Homeland Security occupies less than 50% of the total rentable area of the building. If more than 50% of the rentable area, the government parking shall be fenced with 8 ft. tall (or tight to the structure above, if structured parking) anti-climb fencing with access by electronically powered swinging or sliding gates controlled by card reader access. In addition, 98 parking spaces shall be provided for personally owned vehicles on-site, or commercially available within ¼ mile of the offered facility. These spaces, if on site, shall be part of the unassigned general parking for the building, and not secured. One additional parking space shall also be dedicated to the Government at all times and located in close proximity to the service or freight elevator. The freight or service elevator shall provide direct access to the tenant floors. Parking shall accommodate vehicles up to 7’-0” in height. Parking shall be for full size vehicles. In addition, offered space may be located on not more than four (4) contiguous floors, and shall provide configuration of space that will allow efficient layout of space for offices, workstations and special use spaces (file, copy, storage rooms, etc.) Subleases will not be considered. Offered space must meet Government requirements for Fire, Safety and Handicapped Accessibility, and Sustainability set forth in the Solicitation for Offers. The Government requires a fully serviced lease including janitorial and utilities. Offered space shall not be in the 100 year flood plain. Projected Dates: Expressions of Interest Due: December 29, 2016 Market Survey (Estimated): January 2017 Offers Due (Estimated): April 2017 Occupancy (Estimated): December 2018 Government Contact: Submit Expressions of Interest to: Hugh Murphy Jones Lang LaSalle 200 East Randolph Drive Chicago, IL 60601 (312) 228-3618 Hugh.Murphy@am.jll.com Secondary Contact: Aly Brooks Jones Lang LaSalle 200 East Randolph Drive Chicago, IL 60601 (312) 228-2056 Alyssa.Brooks@am.jll.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/GS-05P-LIL19540/listing.html)
 
Place of Performance
Address: Chicago, Illinois, United States
 
Record
SN04352548-W 20161217/161215234224-cd7b68bc7e3d8de30314d67e88c5019f (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.