Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Government Seeks Leased Warehouse and Related Space in Suburban Maryland

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: Dec 17, 2021 12:23 pm EST
  • Original Response Date: Jan 07, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Landover , MD
    USA

Description

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

City/State: Suburban Maryland

Delineated Area: Suburban Maryland

Minimum Sq. Ft. (ABOA): 30,000 ABOA

Approximate Sq. Ft. (RSF): 30,000 RSF

Space Type: Warehouse and related space

Parking Spaces (Total): The greater of 12 surface spaces or Local Code

Parking Spaces (Reserved): Four (4) space reserved for Official Government Vehicles

Full Term: 15 years

Firm Term: 10 years

Option Term(s): One (1), Five (5) Year Renewal Option

Drive-in Bays/Loading Docks:

- Offered building shall provide six (6) drivein bays and/or loading docks.
- Three (3) loading docks shall be equipped with hydraulic dock levelers, to accommodate 48” dock heights.

Additional Requirements:

- Offered building must have the ability to accommodate ISC Level 2 security requirements.
- 2,500 ABOA SF of office space required.
- Lessor to provide climatized warehouse space & equipment maintenance, 24 hours, 7 days a week.
- Offered building shall provide minimum ceiling height of 22 feet.
- Offered building shall provide minimum column width of 20 feet.
- Dedicated circuit for pallet jack/forklift charging station required.

Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. The proposed lease shall be full service. Offered space shall not be in the 100-year flood plain. Offerors shall be responsible for providing a standard GSA warm lit shell.

Subleases will not be considered.

Not all minimum requirements are reflected in this advertisement.

Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.

The General Services Administration (GSA) is using a tenant broker to represent the Government in this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any federal agency other than the authorized offices and employees of the GSA or their authorized representative, CBRE, Inc.

Expressions of interest should include the following information at a minimum:
1. Building name, address, and age;
2. Location of space in the building and date of availability;
3. Rentable square feet (RSF) offered and rate per RSF;
4. ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service, inclusive of the following:
a. Tenant Improvement Allowance (TIA) of $0.00/ABOA SF for the incumbent location and $11.36/ABOA SF for alternative locations; and
b. Building Specific Amortized Capital (BSAC) of $0.00/ABOA SF for the incumbent location and $12.00/ABOA SF for alternative locations;
5. Name, address, telephone number, and email address of authorized contact;
6. Scaled floor plans (as-builts) identifying offered space;
7. Site plan indicating proposed parking;
8. Information on project and building ownership.

In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements.

Projected Dates:
Expressions of Interest Due: January 7, 2022, 3:00 pm EST
Market Survey (Estimated): January 2022
Offers Due (Estimated): March 2022
Occupancy (Estimated): April 2022 – March 2023

Send Expressions of Interest to:
Name/Title: CBRE, Inc – Birch Advisors
ATTN: Maurice Walker
Address: 1900 N Street, NW, Suite 700
Washington, DC 20036
Office: (240) 554-3022 ext. 1
Email Address: maurice.walker@gsa.gov

Government Contact
Lease Contracting Officer: Thomas Malone
Leasing Contract Specialist: Marvetta White
Broker: Maurice Walker, CBRE, Inc. – Birch Advisors

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.

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

  • Jan 22, 2022 11:56 pm ESTPresolicitation (Original)