General Services Administration (GSA) seeks to lease the following space in Washington, DC:
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Mar 08, 2024 01:29 pm EST
- Original Response Date: Mar 29, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 13, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
- NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
- Place of Performance: Washington , DCUSA
Description
U.S. GOVERNMENT
Project Number: 9DC2752
General Services Administration (GSA) seeks to lease the following space:
State: District of Columbia
City: Washington
Delineated Area: Central Employment Area
Minimum Sq. Ft. (ABOA): 169,675
Maximum Sq. Ft. (RSF): 214,000
Space Type: Office & Related Space
Parking Spaces (Total): 0
Parking Spaces (Surface): N/A
Parking Spaces (Structured): N/A
Parking Spaces (Reserved): N/A
Full Term: 10
Firm Term: 10
Option Term: Two 5-Year Renewal Options
Additional Requirements:
- Offered space must be contiguous, above grade space, located on the 2nd floor or higher within a single building.
- Offered building must be or have the ability to meet ISC Level 3 security requirements.
- Offered building must be able to accommodate finished ceiling heights of 8 feet 6 inches throughout.
Offered space must meet Government requirements contained in both Prospectus PDC-04-WA23 and in the RLP/Lease to be issued, including but not limited to 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.
The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.
Expressions of Interest should include the following:
1) Building name & address;
2) Contact information and e-mail address of Lessor’s Representative;
3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);
4) ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service, inclusive of a Tenant Improvement Allowance of $63.869/USF, and a Building Specific Amortized Capital Allowance of $35.00/USF, meeting GSA’s standard building shell requirements. The Government may elect to reduce or remove the allowances above;
5) A description of additional tenant concessions offered, if any;
6) Date building will be ready for commencement of tenant improvements; and
7) Evidence that the offered space will meet the other specific requirements identified herein.
Expressions of Interest Due: March 29, 2024, no later than 4:00 pm Eastern
Market Survey (Estimated): April 2024
Occupancy (Estimated): November 2025
Send Expressions of Interest to:
Name/Title: Bryant Porter, Managing Director, Savills Inc.
Address: 1201 F Street, NW, Suite 500, Washington, DC 20004
Office: 202-624-8515
Email Address: bryant.porter@gsa.gov
Government Contact Information
Lease Contracting Officer: Brandon Rowe
Leasing Specialist: Ally Williams
Broker: Bryant Porter and Mett Miller
Attachments/Links
Contact Information
Contracting Office Address
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Bryant Porter
- bryant.porter@gsa.gov
- Phone Number 2026248515
Secondary Point of Contact
- Emmett Miller
- emmett.miller@gsa.gov
- Phone Number 2026248517
History
- Apr 13, 2024 11:55 pm EDTPresolicitation (Original)