Opportunity

SAM #5OH0350

GSA Solicitation for Lease of Office and Related Space in Cleveland, Ohio

Buyer

GSA Public Buildings Service (PBS) Broker Services

Posted

May 04, 2026

Respond By

June 02, 2026

Identifier

5OH0350

NAICS

531390, 531120

GSA is seeking to lease a large office and related space in Cleveland, Ohio to support federal operations: - Government Buyer: - General Services Administration (GSA), Public Buildings Service, PBS R00 Center for Broker Services - Space Requirements: - 105,557–110,835 ABOA square feet of office and related space - Two distinct blocks: - Block 1: 103,263–108,426 ABOA SF for public-facing operations - Block 2: 2,294–2,409 ABOA SF for bunker storage and K-9 training - 36 parking spaces (18 secure, structured for government use; 18 covered for visitors) - 24/7 access required - Minimum ceiling heights and accessibility features - Loading dock with freight elevator - Notable Requirements: - Space must not be in a 1-percent-annual chance floodplain - Must comply with Section 889 telecommunications prohibitions - Must meet fire safety, accessibility, seismic, and sustainability standards - Proximity restrictions and floor support for specialized use - Allowance for armed federal law enforcement and canine officers - No OEMs or vendors specified, as this is a real estate lease opportunity

Description

U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Ohio City: Cleveland Delineated Area:  - North: Front Ave to W 9th St to Hwy 2                              - East: Hwy 90                              - South: Hwy 90                              - West: Cuyahoga River Minimum Sq. Ft. (ABOA): 105,557 Maximum Sq. Ft. (ABOA): 110,835 Space Type: Office and Related Space Parking Spaces (Total): 36 Parking Spaces (Reserved): 18 secure, structured parking spaces must be designated for Government use only. (GOVs) 18 surface or structured for parking spaces. Must be covered spaces located immediately on the Premises. (Visitors) Full Term: 180 months Firm Term: 156 months Additional Requirements: 

- The Government requires two (2) separate and distinct blocks of space:

BLOCK 1: 103,263/ABOA - 108,426/ABOA If the entire space cannot be located on one contiguous floor location, contiguous floors are required and must provide a secure pathway (route) for connectivity between government spaces. Wiring must be secured in metal conduit or risers with bushings. This space shall allow for a public-facing, daily visitor operation. BLOCK 2: 2,294/ABOA - 2,409/ABOA Contiguous space on one floor. (1st or 2nd floor only) Approximately 75 ABOA SF of this space will be used as “Bunker Storage Space” for K-9 training which can be located either within the Space or located within the Premises. The approximate weight of this Bunker Storage is 650 lbs. Offerors are encouraged to determine if additional floor support is necessary to support this requirement. Be advised that this Space shall not be situated immediately adjacent to schools or religious institutions within the same Premises. Ensure that all proposed offered spaces strictly adhere to these proximity restrictions. This space shall allow for armed Federal Law Enforcement employees. This space shall allow for canine officer(s).

- The Government requires 24/7 access to offered space and parking.                                                  -    --- Mixed-use space is not allowed. - For effective space utilization, a minimum of 20’-0” o.c. between structural elements (columns, core, curtain wall, etc.) is required. - General office space must have a ceiling height of a minimum 9’-0” AFF. Ceiling Heights in the MDF, IDF or other equipment rooms shall be a minimum of 9’-0” clear and have sufficient space above the ceiling for independent HVAC units, ducting, cable trays, or other necessary devices. - Accessibility for wheelchair visitors, including ramps and/or elevators to facilitate ease of access from parking to entrance, is required. - The offered Premises must have a loading dock with access to a freight elevator.

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 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).

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: June 2, 2026 Market Survey (Estimated): June 24 - June 26, 2026 Occupancy (Estimated): Fall 2028 Send Expressions of Interest to: Name/Title: Jon Vanderplough, Tom Fox, Gerrit Voogt (JLL Broker Contractors) Email Address: Jon.vanderplough@jll.com, tom.fox@jll.com, gerrit.voogt@gsa.gov; Solicitation Number: 5OH0350 Government Contact Information (Not for Offer Submission) Lease Contracting Officer: Dave Rauen (312) 720-5149 david.rauen@gsa.gov Lease Contracting Officer: Eduardo Vidal (917) 566-1930 eduardo.vidal@gsa.gov Broker: Jon Vanderplough (216) 937-4376 jon.vanderplough@jll.com Broker: Tom Fox (216) 598-4870 tom.fox@jll.com Broker: Gerrit Voogt (202) 805-4423 gerrit.voogt@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.

View original listing