Skip to main content

An official website of the United States government

You have 2 new alerts

GSA seeking to lease office space in Woonsocket, Rhode Island

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: May 23, 2024 09:19 am EDT
  • Original Published Date: May 08, 2024 05:22 pm EDT
  • Updated Response Date: Jun 22, 2024 05:00 pm EDT
  • Original Response Date: May 22, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 07, 2024
  • Original Inactive Date: Jun 06, 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:
    Woonsocket , RI
    USA

Description

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

State: RI

City:Woonsocket

Delineated Area:City limits of Woonsocket

Minimum Sq. Ft. (ABOA):5,883

Maximum Sq. Ft. (ABOA):6,118

Space Type:Office

Parking Spaces (Total):0

Parking Spaces (Surface):0

Parking Spaces (Structured):0

Parking Spaces (Reserved):0

Full Term:180 months

Firm Term:120 months

Option Term:N/A

Additional Requirements:

  • No below grade space will be accepted.

  • Mixed use sites with residential or living quarters located within the building are not acceptable.

  • Sites located above street level are required to have a minimum of two accessible elevators.

  • The space must be contiguous on one floor.

  • A minimum of 9’ ft to a maximum 12’ ft ceiling measured from floor to the lowest obstruction are required.

  • The space may not be more than twice as long as it is wide. Space elements such as

quantity and size of columns, load bearing walls, irregular shape, etc., may not impede an efficient space layout, the use of modular furniture, or office work flows.

  • The site shall have two lines of windows for natural lighting.

  • Site access shall be via a direct route from a primary or secondary street.

  • Public transportation route stops, and Public Parking shall be located within .25 mi walking distance of the offered location.

  • Sites located immediately adjacent to establishments whose primary operation is the sale of alcoholic beverages, marijuana dispensaries, firearms sold/discharged, drug treatment, or detention facilities are not acceptable.

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.

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).

This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement.

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: 5/22/2024

Market Survey (Estimated): 6/22/2024

Occupancy (Estimated):

Send Expressions of Interest to:

Name: Eduardo DePina

Title: Leasing Specialist

Cell: 617-921-1241

Email Address: eduardo.depina@gsa.gov

Solicitation Number:

Solicitation (RLP) Number: 3RI0123

Government Contact Information (Not for Offer Submission):

Lease Contracting Officer

Ryan O’Hagan

Ryan.ohagan@gsa.gov

Leasing Specialist

Eduardo DePina

eduardo.depina@gsa.gov

Broker: N/A

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

  • R1 OFFICE OF LEASING 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA

Primary Point of Contact

Secondary Point of Contact

History