Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to lease the following space in Wilmington, NC

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 (Updated)
  • Updated Published Date: Nov 08, 2023 02:19 pm EST
  • Original Published Date: Dec 01, 2022 01:57 pm EST
  • Updated Response Date: Nov 15, 2023 05:00 pm EST
  • Original Response Date: Dec 30, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 30, 2023
  • Original Inactive Date:
  • 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:
    Wilmington , NC
    USA

Description

General Services Administration (GSA) seeks to lease the following space:

State: North Carolina

City: Wilmington

Delineated Area:  see map attached

North: Wooster Street to Oleander Dr./Hwy 76

East: College Road

South: Sanders Road

West: Cape Fear River

Minimum Sq. Ft. (ABOA): 38,312 SF

Maximum Sq. Ft. (ABOA): 38,312 SF

Space Type: Office and other

Parking Spaces (Total): 79 plus 10 visitor spaces

Parking Spaces (Reserved/Secured): 79

Full Term: 15 years

Firm Term: 13 years

Option Term: One five (5) year option

Additional Requirements:

-Offered space must be contiguous in the following blocks of space:

a) 23,231 ABOA SF

b) 6,478 ABOA SF

c) 2,720 ABOA SF (ground floor required)

d) 5,883 ABOA SF (ground floor preferred)

-A single tenant building is required.

-Offered building must not be within 200 yards, measured linearly from front door to front door, or within the line of sight of schools, daycares, churches, correctional facilities, mental health or drug treatment facilities, or areas of high risk.  Each property will be reviewed by the Government on a case-by-case basis to determine acceptable risk levels.

- The Building must be capable of being equipped with a loading dock or area.  Offered site must be capable of accommodating the loading dock or area and visitor parking outside of the secured parking area. 

- Offered building must have or be capable of having fiber connectivity.

- Offered building and site layout must have ability to provide or construct an enclosed, secure sallyport, used for detainee transportation.  Sallyport must have dedicated secure entrance and pathway into ground/ first floor space and or detention spaces. The sally port must be large enough to accommodate a large van and onboarding and deboarding movements.

- If Offered building is greater than single story, the Building must be able to provide an elevator that can be made secure.  Offered building must not be greater than 2 stories tall. 

- Offered building must be capable of providing at least two vehicular and pedestrian ingress/egress points from property preferable via two separate access roads.

- Offeror must be willing to install a generator on-site.

-Offeror must be willing to install fencing to secure, at a minimum, the 79 reserved parking spaces. The fence height must be in accordance with FSL II requirements.

-Ceilings shall be at a minimum 9 feet and 0 inches and no more than 12 feet and 0 inches measured from floor to the lowest obstruction. Areas with raised flooring shall maintain these ceiling-height limitations above the finished raised flooring.

-The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum, or other permanent materials in good condition and acceptable to the GSA Lease Contracting OfficerIf not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences.

-ABOA SF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. 

-Offered space must meet all Government requirements contained in the RLP/Lease to be issued, including, but not limited to, Agency Specific Requirements,  Interagency Security Committee (ISC) requirements and Facility Security Level II Requirements by the occupancy date per the terms of the lease. This includes including but not limited to the use of a combination of setbacks, site planning, façade hardening and structural measures to provide a medium level of façade and structure blast resistance protection. The site specific required protection will be determined at the sole discretion of the government on a case by case basis.

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: November 15, 2023

Occupancy (Estimated): January 2027 or earlier

Interested offerors (owners, brokers, or their legal representatives) shall submit specific information concerning their properties via email to the GSA's broker Public Properties no later than 5:00 pm Eastern Time on October 27, 2023; additionally, questions can be sent via email or phone.

Send Expressions of Interest to:

Name/Title: Megan Shulin, GSA’s Broker

Address:

Public Properties

2445 M Street NW, Suite 510

Washington, DC 20037

Phone: 904-654-7243

Email Address:Megan.shulin@gsa.gov

Name/Title: Lindsey Stegall, GSA’s Broker

Address:

Public Properties

2445 M Street NW, Suite 510

Washington, DC 20037

Phone: 864-650-8562

Email: llindsey.stegall@gsa.gov

Government Contact Information

Lease Contracting Officer: Alvin Jackson

Brokers: Megan Shulin and Lindsey Stegall

Note:   Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History