Opportunity

SAM #2WI0201-B

GSA Solicitation for Office Space Lease in Milwaukee, WI

Buyer

GSA Public Buildings Service (PBS) Broker Services

Posted

April 28, 2026

Respond By

May 28, 2026

Identifier

2WI0201-B

NAICS

531120

This opportunity involves the General Services Administration (GSA) seeking to lease office space in Milwaukee, Wisconsin for federal use. - Government Buyer: - General Services Administration (GSA), Public Buildings Service, PBS R00 Center for Broker Services - Space Requirements: - 31,017 to 31,948 ABOA (Agency-Designated Office Area) square feet of contiguous, above-ground office space - 55 parking spaces required (27 publicly available, 28 reserved on-site) - Space must be contiguous and above ground - Taxpayer Assistance Center (TAC) must be within 200 feet of elevators if not on the first floor - Location & Accessibility: - Must be in Milwaukee, Wisconsin - Proximity to public transportation required - Exclusion from hazardous material facilities, certain types of businesses, and floodplains - Lease & Service Details: - Lease term: 15 years (5 years firm, no option term) - Fully serviced lease (includes janitorial, utilities, tenant alterations) - Subleases are not acceptable - Compliance & Security: - Must meet security, fire life safety, accessibility, and sustainability standards - Must allow for storage of firearms and presence of detainees - Governed by Section 889 of the FY19 NDAA (telecommunications prohibitions) - No specific OEMs or vendors are mentioned in this solicitation.

Description

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): 31,017

Maximum Sq. Ft. (ABOA): 31,948

Space Type: Office

Parking Spaces (Total): 55

Parking Spaces (Publicly Available): 27 (see additional requirements)

Parking Spaces (Structured): 0

Parking Spaces (Reserved): 28 reserved on-site

Full Term: Fifteen (15) years

Firm Term: Five (5) years

Option Term: N/A

Additional Requirements:

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 ½ 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 ½ 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 ¼ 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. Test fit may be required.

For the efficiency of layout, the following cannot be considered at the discretion of the Lease Contracting Officer: Narrow column spacing; Atriums, light wells, or other areas interrupting contiguous spaces; Extremely long, narrow runs of space; Irregular space configurations; or Other unusual building features.

Space should allow for efficient layout and office workflow. Columns must have regular spacing of sufficient distance to support effective design.  A test fit may be required at the discretion of the Lease Contracting Officer.

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 ½ 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.

Expressions of Interest Due:

May 28, 2026, 5:00 pm Central

Market Survey (Estimated): June, 2026

Occupancy (Estimated): TBD

Send Expressions of Interest to:

Name/Title: John Mazza

Cell Phone: 414-750-1275

Email Address: John.Mazza@cbre.com

Government Contact Information

Lease Contracting Officer:

Colleen McGuigan (Colleen.McGuigan@gsa.gov)

Broker / Transaction Management Director:

Matt Bartlett (Matthew.Bartlett@gsa.gov)

View original listing