The Government is seeking 40, 934 ABOA SF of Office and Related Space in Milwaukee, WI

Project ID: 2WI0201 FederalOpportunitiesSolicitation
Overview
AgencyBroker Services
Deadline04/01/26
Posted02/03/26
Estimated Value$12,000,000 - $18,000,000 (AI estimate)
Set AsideNone
NAICS531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
PSCX1AA - Lease/Rental Of Office Buildings
LocationMilwaukee, WI United States
Description
Primary Latest Change

Summary

See the attached Request for Lease Proposal (RLP) Number 2WI0201 for detailed project and proposal submission requirements. General Services Administration (GSA) seeks to lease the following space: State: Wisconsin City: Milwaukee

Delineated Area

North: W. Juneau Avenue to Milwaukee River to E. Brady Street South: 794 to E. Clybourn Street East: Lake Michigan West: Interstate 43 Minimum Sq. Ft. (ABOA): 40,934 Maximum Sq. Ft. (ABOA): 42,162

Space Type

Office Parking Spaces (Total): 55 Parking Spaces (Surface): 27 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 28

Full Term

Fifteen (15) years

Firm Term

Five (5) years

Option Term

One 5-year term

Public Transportation

A commuter rail, light rail or subway station shall be located within the immediate vicinity of the building, but generally not exceeding a walkable 1 2 mile, as determined by the contracting officer. Alternatively, two or more public or campus bus lines useable by tenant occupants shall be located within the immediate vicinity of the building, but generally not exceeding a walkable 1 2 mile, as determined by the Contracting Officer - Due to high customer interfacing, adequate and available parking (27 parking spaces) must be nearby the proposed office location. Within a 1 4 mile walkable distance preferred. - Contiguous, above-ground space is requested. If space is not available on the first floor for the Taxpayer Assistance Center (TAC), then the TAC must be located within 200' of the elevators. If all space cannot be contiguous, then a designated SF amount of a specific business unit(s) at IRS discretion may be located in a separate block elsewhere in the building. A test fit IS required to be submitted with initial offers. - For effective space utilization, a minimum of 30' (on-center) between structural elements (columns, core, curtain wall, etc.) is required. Additionally, for the efficiency of layout, the following cannot be considered. a. Narrow column spacing; b. Atriums, light wells, or other areas interrupting contiguous spaces; c. Extremely long, narrow runs of space; d. Irregular space configurations; or other unusual building features (Test Fit may be required) - The leased space must agree to accept and have the resources to bring in detainees into the proposed leased space, with some level of discretion. This may include individuals with/without restraining components and individuals (informants) entering on their own accord. The leased space should be informed that firearms will be stored at the location always, as well as agents carrying firearms. These resources should be available 24/7. - Space shall not be located in the immediate vicinity but generally not exceeding a walkable 1 2 mile, of hazardous materials transportation/storage facilities (i.e., gas stations, fuel storage areas), as well as railroad lines transporting hazardous materials; Public Defenders, Immigration and Customs Enforcement, Probation Offices or other businesses or facilities deemed unacceptable for security purposes; establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities; and schools, day care centers or churches. - Space shall not be located within the 1%-annual-chance flood plain (formerly referred to as 100-year floodplain) or wetland unless the Government has determined it to be the only practicable alternative. - Subleases are not acceptable. - The offered space must meet or be capable of meeting Government requirements for security, fire life Safety, accessibility, and sustainability standards per the terms of the Lease. - The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. Janitorial required during business hours (8:00 AM 4:00 PM). The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). 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.

Offer Submission

Offers must be submitted electronically through the Leasing Portal, located at https://leasing.gsa.gov. Interested parties must go to the Leasing Portal, enter the Offer space section, select the Register link and follow the instructions to register. Instructional guides and video tutorials are offered on the Resources link on the Leasing Portal home page.

Solicitation Number

Solicitation (RLP) Number: 2WI0201 Government Contact Information (Not for Offer Submission)

Colleen McGuigan

773-707-3182 Colleen.McGuigan@gsa.gov Broker:

301-437 9556

Matthew.Bartlett@gsa.gov Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.

Summary (Newest Update)

Background The General Services Administration (GSA) is seeking to lease office space in Milwaukee, Wisconsin, to support its mission of providing efficient and effective government services. The goal of this contract is to secure a suitable location that meets specific space and operational requirements for government functions. Work Details The GSA requires a minimum of 40,934 ABOA square feet and a maximum of 42,162 ABOA square feet of office space. The delineated area for the lease includes: - North: W. Juneau Avenue to Milwaukee River to E. Brady Street; - South: 794 to E. Clybourn Street; - East: Lake Michigan; - West: Interstate 43. The space must accommodate 55 parking spaces, including 27 surface spaces and 28 reserved spaces. Additional requirements include: - Proximity to public transportation within a walkable half-mile. - Adequate parking must be available nearby due to high customer interfacing. - Contiguous above-ground space is preferred, with specific conditions for the Taxpayer Assistance Center (TAC). - Minimum spacing of 30 feet between structural elements is required for effective space utilization. - The leased space must be capable of accommodating detainees and storing firearms securely. - It should not be located near hazardous materials facilities or within a floodplain. - A fully serviced lease is required, covering all services, janitorial supplies, utilities, and tenant alterations as part of the rental consideration. Period of Performance The full term of the lease is fifteen (15) years, with a firm term of five (5) years and an option for one additional five-year term. Place of Performance Milwaukee, Wisconsin

Contacts
Contact nameMatt Bartlett
Contact emailmatthew.bartlett@gsa.gov
Contact phone(703) 852-6208
Secondary contact nameColleen McGuigan
Secondary contact emailcolleen.mcguigan@gsa.gov
Secondary contact phoneNone
Same Region Opportunities