Award Notice: General Services Administration (GSA) seeks to lease the following space in Northern Virginia:
Award Details
- Contract Award Date: May 25, 2023
- Contract Award Number: GS-11P-LVA00669
- Task/Delivery Order Number:
- Contractor Awarded Unique Entity ID: ZXMXBK4622R5
- Contractor Awarded Name: CAPSTONE MISSION RIDGE LLC
- Contractor Awarded Address: Richmond, VA 23230-1728 USA
- Base and All Options Value (Total Contract Value): $133,191,800.00
General Information
- Contract Opportunity Type: Award Notice (Updated)
- Updated Published Date: May 25, 2023 06:18 pm EDT
- Original Published Date: May 25, 2023 06:18 pm EDT
- Inactive Policy: 15 days after contract award date
- Updated Inactive Date: Jun 09, 2023
- Original Inactive Date: Jun 09, 2023
- 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: Chantilly , VA 20151USA
Description
U.S. GOVERNMENT Solicitation Number: 8VA2616
General Services Administration (GSA) seeks to lease the following space:
State: Virginia
City: Multiple
Delineated Area: Northern Virginia (Arlington, Fairfax, Loudoun, and Prince William Counties and the incorporated cities and towns of Alexandria, Fairfax, Falls Church, Herndon, Vienna, or Manassas)
Minimum Sq. Ft. (ABOA): 156,276
Maximum Sq. Ft. (RSF): 188,000
Space Type: Office
Parking Spaces (Total): 613
Parking Spaces (Unreserved): 0
Parking Spaces (Reserved): 613
Full Term: 20 years
Firm Term: 20 years
Option Term: N/A
Additional Requirements: See below
The U.S. Government currently occupies office and related space in a building under lease in Northern Virginia that will be expiring. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. 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, and replication of tenant improvements and telecommunication infrastructure.
Offered buildings must be able to meet the requirements contained in Prospectus PVA-01-WA20, in addition to all Federal, 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 issued RLP and Lease. The proposed lease shall be fully serviced. Offered space shall not be in the 100 year flood plain. Offerors shall be responsible for providing a standard GSA warm lit shell. Offered buildings must meet certain base building requirements, including but not limited to the following:
- Offered space must be contiguous, located at or above grade, and comprise the entirety of a single building, with the sole exception that approximately 16,079 ANSI/BOMMA Office Area (ABOA) Square Feet (SF) of contiguous space may be located in an adjacent building on the second floor or higher.
- To be considered adjacent, buildings must be commonly owned and operated and have main entrances that are no further than 400 walkable linear feet (wlf) apart, measured along accessibility compliant, paved pedestrian pathways.
- Buildings must meet or have the ability to meet ISC Level III security requirements.
- Buildings must be able to accommodate finished ceiling heights of 9 feet throughout.
Occupancy (Estimated): May 2023
Government Contact
Lease Contracting Officer: Tamim Chowdhury
Leasing Specialist: Ally Williams
Broker: Bryant Porter and Emmett Miller (Savills, Inc.)
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 F. Porter
- bryant.porter@gsa.gov
- Phone Number 2026248515
Secondary Point of Contact
- Emmett Miller
- emmett.miller@gsa.gov
- Phone Number 2026248517
History
- Jun 09, 2023 11:59 pm EDTAward Notice (Updated)
- May 25, 2023 06:18 pm EDTAward Notice (Original)