Skip to content
General Services Administration

U.S. Government Seeks Office Space in Independence, Ohio

Solicitation: 4OH0402
Notice ID: f71c011191b9428591a08cb895ce2eb6
TypePresolicitationNAICS 531120PSCX1AADepartmentGeneral Services AdministrationAgencyPublic Buildings ServiceStateOHPostedMar 30, 2026, 12:00 AM UTCDueApr 17, 2026, 09:00 PM UTCCloses in 9 days

Presolicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: OH. Response deadline: Apr 17, 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
$1,837,450,240
Sector total $2,004,693,248 • Share 91.7%
Live
Median
$2,296,949
P10–P90
$1,360,554$11,663,500
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
91.7%
share
Momentum (last 3 vs prior 3 buckets)
-56%(-$704,894,868)
Deal sizing
$2,296,949 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 OH
Live POP
Place of performance
Ohio • 44131 United States
State: OH
Contracting office
Washington, DC • 20405 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260056 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Seneca
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260056 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Seneca
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
Rate
TILE FINISHER
Base $30.78Fringe $23.04
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260100 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Summit
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.89Fringe $22.13
Rate
BRICKLAYER
Base $36.89Fringe $22.13
+34 more occupation rates in this WD
Davis-Baconstate match
OH20260039 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Defiance
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $37.00Fringe $28.27
Rate
BRICKLAYER
Base $36.36Fringe $21.55
Rate
BRICK POINTER/CAULKER/CLEANER
Base $33.30Fringe $18.28
+32 more occupation rates in this WD
Davis-Baconstate match
OH20260083 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+31 more occupation rates in this WD

Point of Contact

Name
June M. Beecham
Email
June.Beecham@gsa.gov
Phone
3126367485

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS OFFICE OF LEASING
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 531120

Description

Statement of Requirements: The U.S. Government currently occupies office and related space in a building under lease in Janesville, Wisconsin that is expiring. The Government is considering only alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government requirements, as well as costs incurred through relocating, such as physical moving costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. The Government requires $60.67 per usf, $346,789.72, for tenant improvement allowance.

City, State: Independence, Ohio

Delineated Area: North I 480, East Rte. 21, West Rte.42, South I 80

 Minimum Sq. Ft. (ABOA): 5,716 USF

Maximum Sq. Ft. (ABOA): 6,287 USF Maximum Sq. Ft. (RSF): 6 573 RSF

Space Type: Office and Related Space

Parking: 14

Full Term: 10 years

Firm Term: 5 years Option Term: N/A Additional Requirements:

Space must be located in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.

Space shall be located in a professional office setting and preferably not within close proximity to residential areas, railroad tracks or power transmission lines, in a strip mall or basement.

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

Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.

Space should not be located near 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.

Employee and visitor entrances of the Building must be connected to public sidewalks or street by continuous, accessible sidewalks.

Regularly scheduled public transportation (if provided by municipality) during the workday is required within 1000 feet.

Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the building. The parking-to-square-foot ratio available on-site shall at least meet current local code

requirements. Restricted or metered parking of one hour or less within the two-block area of the space does not meet parking requirements.

Subleases are not acceptable.

Office space must be contiguous, on one floor.

Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space.

The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.

Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less than twenty (20') feet

The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.

If space offered is above ground level, at least two (2) accessible elevators will be required.

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.

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).

Expressions of Interest should include the following:

  1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.
  2. Identification of public transit routes/stops near the property offered.
  3. Rentable square feet available, and expected rental rate per rentable square foot, fully serviced.
  4. ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any.
  5. Date of space availability.
  6. Building ownership information.
  7. Amount of parking available on-site.

Projected Dates.

Expressions of Interest Due: April 17, 2026 at 4 PM CST Occupancy (Estimated): August 1, 2026

Government Contact.

In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative.

Submit Expressions of Interest to:

June Beecham, Leasing Contracting Officer

Cell 312-636-7485

June.Beecham@gsa.gov

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.