Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOLICITATION NOTICE

X -- GSA seeking 89,595 - 92,310 ABOA in Chicago, IL - Leasing Portal (RLP 25REG05)

Notice Date
9/15/2025 11:22:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R00 OFFICE OF LEASING WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
5IL0414
 
Response Due
11/7/2025 4:30:00 PM
 
Archive Date
11/22/2025
 
Point of Contact
Colleen McGuigan, Phone: 773-707-3182, Jeanette Torres
 
E-Mail Address
colleen.mcguigan@gsa.gov, jeanette.torres@gsa.gov
(colleen.mcguigan@gsa.gov, jeanette.torres@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This advertisement is hereby incorporated into the RLP 25REG05 by way of reference as an RLP attachment. The RLP can be found by visiting: https://leasing.gsa.gov/leasing/s/Offer-Resources The U.S. Government is seeking competitive lease proposals for new and/or continuing leasing opportunities through its online Leasing Portal. City: Chicago State: IL Must be located within the following delineated area: North: W. Lake St. to West Wacker Dr. to East Wacker Dr. South: West Ida B Wells Dr. to East Ida B. Wells Dr. East: South Michigan Ave, to East Randolph St., to N. Lake Shore Dr. S West: S. Desplaines St. to N. Desplaines St. Minimum ABOA Square Feet: 89,595 Maximum ABOA Square Feet: 92,310 Space Type: Office Space Lease Term: 15 years, 13 years firm Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital. AGENCY UNIQUE REQUIREMENTS Space must be located in an Office Building. A loading dock of approximately 1,300 sq. ft must be available to accommodate standard size pallets. (paper, envelope, and IT supply deliveries) Must also be capable of housing an x-ray machine. Access to a freight elevator is required. Freight elevator must have a rated load capacity of no less than 5,000 pounds. Freight elevator must have access to loading dock level and any levels that the Government (RRB) occupies. Space must be contiguous or on contiguous floors except for the Print Shop, mail room, and bulk storage areas. Print shop area, mail room, and bulk storage areas, approximately 2,100 ABOA SF must have a floor load sufficient to support print machines (Location of print shop must have floor load between 2,500 � 3,000 lbs./sq ft. to accommodate multiple safes. This location must be located in the same building but does not need to be contiguous with the other space. The building must be capable of connecting circuits to EIS telecom vendors. Buildings must have a POP (Point of Presence) and a Demarc/Demark room for network routing. EIS Definition https://www.gsa.gov/technology/it-contract-vehicles-and-purchasing-programs/telecommunications-and-network-services/enterprise-infrastructure-solutions/industry-partners Approximately 5,400 ABOA SF will require 24/7 HVAC and have the ability to be secured and monitored. The normal hours of operation will be 6:00 AM central time- 6:30PM central time. The agency will have seasonal weekend hours which will require 24/7 access for cybersecurity and data center functions. Building needs to be capable of housing a standby generator with a 12-hour onsite fuel supply to provide data center with N+1 redundancy. Agency Tenant Improvement Allowance: Leased space: $71.93 per ABOA SF Building Specific Amortized Capital (BSAC): Leased space: $12.00 per ABOA SF HOW TO OFFER The Leasing Portal (https://leasing.gsa.gov) enables interested parties to offer space to the Federal Government through a secure, web-based process. To participate, register on the site by selecting �Register to Offer Space� and follow the instructions provided. Helpful resources�including instructional guides and video tutorials�are available on the portal under the Resources tab. The Open Period runs from the 1st through the 7th of each month, ending at 7:30 p.m. Eastern Time unless otherwise stated by the Government and unless the 7th falls on a weekend or Federal Holiday. If the 7th falls on a weekend or Federal Holiday, the Open Period will end at 7:30 PM (ET) on the next business day.. No submissions are accepted during the Closed Period. During an Open Period, users may submit new offers, or modify or withdraw existing ones. Lease awards will be made to the lowest-priced, technically acceptable offer without negotiations. Offered space must comply with all applicable Federal, State, and Local jurisdiction requirements, including standards for fire and life safety, accessibility, seismic resilience, and energy efficiency. IMPORTANT NOTES Check the attachments and links section of this notice for possible, additional project-specific requirements or modifications to the RLP. Please review Section 889 of the FY19 National Defense Authorization Act (NDAA) regarding telecommunications equipment restrictions: https://acquisition.gov/FAR-Case-2019-009/889_Part_B SAM registration should be initiated as soon as possible. Refer to RLP Clause 3.05, Item 7. The Government may award multiple leases to satisfy new requirements or to compete expiring leases. Specific requirements will be identified following the close of the Open Period. Lease awards will be made without negotiations to the lowest-priced, technically acceptable offer, based on RLP criteria.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5b5673f684ad47758dda526ed4a847be/view)
 
Place of Performance
Address: IL, USA
Country: USA
 
Record
SN07590708-F 20250917/250915230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.