Indiana Bids > Bid Detail

U.S. Government Seeks to Lease Office and Related Space in Fort Wayne, Indiana

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159657566914307
Posted Date: Apr 8, 2024
Due Date: Apr 10, 2024
Solicitation No: 1IN2118
Source: https://sam.gov/opp/e9c5c4f9e1...
Follow
U.S. Government Seeks to Lease Office and Related Space in Fort Wayne, Indiana
Active
Contract Opportunity
Notice ID
1IN2118
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R00 CENTER FOR BROKER SERVICES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 08, 2024 07:08 am CDT
  • Original Published Date: Apr 26, 2022 11:26 am CDT
  • Updated Response Date: Apr 10, 2024 04:30 pm CDT
  • Original Response Date: May 24, 2022 04:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Fort Wayne , IN
    USA
Description View Changes

General Services Administration (GSA) seeks to lease the following space:





State: Indiana



City: Fort Wayne



Delineated Area:



North: Dupont Road/I-469



South: I-469



East: I-469



West: O Day Road/Scott Road/I-69





Minimum Sq. Ft. (ABOA): 9,582



Maximum Sq. Ft. (ABOA): 10,061





Space Type: Office





Parking Spaces (Total): Seventeen (17) + Two (2) oversized spaces. An additional 10 public parking spaces must be available onsite or within ¼ mile walking distance from the building.



Parking Spaces (Surface): Zero (0)



Parking Spaces (Structured): Seventeen (17) + Two (2) oversized spaces



Parking Spaces (Reserved): Seventeen (17) + Two (2) oversized spaces





Full Term: 20 Years (240 Months)



Firm Term: 15 Years (180 Months)



Option Term: N/A





Additional Requirements:




  • Space may be in a prime commercial office district, light industrial area, or other office park, with preference for locations that best offer continuity of operations and are safely walkable for employees.

  • Space may not be located less than or equal to 0.2 miles, assessed by driving distance, of residential areas, major commercial retail facilities, and/or sensitive locations (i.e., K-12 educational facilities, universities, religious facilities, and hospitals).

  • Parking for sedan/SUV type vehicles shall accommodate vehicles up to 96’’ in height. Parking shall be for full size vehicles and shall be secured with 8 ft. high anti-climb privacy fencing. 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 or enclosed sally port 16 ft. wide by 20 ft. long; (enclosure must be heated to a minimum temperature of 45 degrees Fahrenheit). Access shall be by an electronically controlled power operated 10 ft. wide by 14 ft. gate or commercial grade door 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 a 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 space (file, copy, storage rooms, etc.).

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

  • The oversized parking spaces should accommodate a vehicle with the following dimensions: Length 15’, Width 6’, Height 8’.

  • Two (2) holding cells will be required in the detainee area of the offered space.

  • HSI will require an evidence storage room that will need to be a windowless interior room with an alarm and surveillance camera (requested 280 sq.ft.) and an evidence preparation room (requested 140 sq.ft.).

  • HSI/ERO will also require a weapons/ ammunition storage room split between the programs with separate cages (requested 420 sq.ft.).

  • HSI will also require a computer forensics lab/tech room (requested 280 sq.ft.) and computer forensics/tech storage (requested 140 sq. ft.) which will require additional electrical outlets and wiring components.

  • HSI will also require an HSDN closed, windowless room (requested 140 sq. ft.).

  • HSI will also require a Grand Jury file room (requested 210 sq. ft.), interview room with recording/camera equipment (requested 140 sq. ft.), a secure file/storage room (requested 392 sq. ft.) and a tactical equipment storage room (requested 210 sq. ft.).

  • HSI/ERO have also requested a shared fitness suite (requested 1,456 sq. ft.), break room (requested 280 sq. ft.) and conference room (requested 420 sq. ft.).

  • HSI will require an IT/Telecom Suite (requested 280 sq. ft.) and ERO will require an IT/Telecom Remote Wire Closet (requested 98 sq. ft.).

  • 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.





Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.





Expressions of Interest Due: April 10, 2024



Market Survey (Estimated): To be determined



Occupancy (Estimated): May 2026





Send Expressions of Interest to:



Chris Deutscher, CCIM, CPM / Associate



CBRE, Inc.



8888 Keystone Crossing, Suite 1000



Indianapolis, IN 46240



Office: (219) 877-4290



Email Address: Chris.Deutscher@cbre.com





Government Contact Information:



Lease Contracting Officers: Mandy Kruse, GSA and John Boguslawski, GSA



Transaction Manager: Maria Kobe, CBRE Inc.



Local Broker: Chris Deutscher, CBRE Inc.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >