Skip to content
General Services Administration

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

Solicitation: 2WI0201
Notice ID: 15570f4c820b44e58465b5d28448da3a
TypeSolicitationNAICS 531120PSCX1AADepartmentGeneral Services AdministrationAgencyPublic Buildings ServiceStateWIPostedFeb 03, 2026, 12:00 AM UTCDueApr 01, 2026, 08:00 PM UTCCloses in 38 days

Solicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: WI. Response deadline: Apr 01, 2026. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,595,675,818
Sector total $1,653,287,284 • Share 96.5%
Live
Median
$1,753,928
P10–P90
$123,990$177,792,049
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.5%
share
Momentum (last 3 vs prior 3 buckets)
+5750%($1,542,039,480)
Deal sizing
$1,753,928 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WI
Live POP
Place of performance
Milwaukee, Wisconsin • United States
State: WI
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Matt Bartlett
Email
matthew.bartlett@gsa.gov
Phone
7038526208
Name
Colleen McGuigan
Email
colleen.mcguigan@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS R00 CENTER FOR BROKER SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 531120

Description

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

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. 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 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.

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)

Lease Contracting Officer:

Colleen McGuigan

773-707-3182

Colleen.McGuigan@gsa.gov

Broker:

Matt Bartlett

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.