U.S. Government Seeks to Lease Office and Related 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: Apr 25, 2023 10:45 am EDT
- Original Response Date: May 09, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: May 10, 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:
Description
General Services Administration (GSA) seeks to lease the following space:
City/State: Washington, DC
Delineated Area: Washington, DC Central Employment Area
Minimum Sq. Ft. (ABOA SF): 341,879
Maximum Sq. Ft. (ABOA SF): 358,973
Maximum Sq. Ft. (RSF): 410,255
Space Type: Office and Related Space
Parking Spaces (Total): 30 on-site, reserved, structured spaces
Parking Spaces (Surface): N/A
Parking Spaces (Structured): N/A
Parking Spaces (Reserved): 30 reserved spaces for Official Government Vehicles, the cost of which is to be included in the rental consideration
Full Term: 20 Years
Firm Term: 15 Years
Option Term: 5 Years
Additional Requirements:
- The offered building must be within 2,640 walkable linear feet of a Metrorail station.
- The offered building must have the ability to accommodate ISC Level IV Security Requirements.
- The offered space must not be collocated with residential space.
- Offered space must be accommodated in no more than one (1) building. To qualify as one (1) building, offered space must be owned by a single owner and the structure(s) must be connected.
- Approximately 25,000 ABOA SF of the offered space must be on the first (ground) floor of the building.
- Approximately 1,250 ABOA SF of the offered space must be located adjacent to a loading dock. This space will be used as a mail screening room.
- Offered space must be contiguous, with the exception of the first/ground floor space and mail screening room referenced above.
- The offered space must provide a minimum ceiling height of 8’6” clear except on the first/ground floor which must provide a minimum of 10’0” clear.
- The Government may reserve the right to complete access control measures to secure the building’s parking garage.
Not all minimum requirements are reflected in this advertisement. Offered space must meet all requirements outlined in this advertisement as well as all Government requirements contained in Prospectus PDC-05-WA23 and the to-be-issued RLP/Lease, including but not limited to 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.
Subleases will not be considered.
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.
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:
- Building name, address, and age;
- Location of space in the building and date of availability;
- Rentable square feet (RSF) offered and rate per RSF;
- ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance (TIA) of $58.96/ABOA SF and a Building Specific Amortized Capital (BSAC) Allowance of $35.00/ABOA SF, meeting GSA’s standard building shell requirements. The Government may require an additional TIA of up to $41.04/ABOA SF;
- Name, address, telephone number, and email address of authorized contact;
- Scaled floor plans (as-built) identifying offered space;
- Information on project and building ownership;
- A description of additional tenant concessions offered, if any.
Expressions of Interest Due: May 9, 2023, 3:00 PM EDT
Market Survey (Estimated): June 2023
Occupancy (Estimated): June 2025 - January 2027
Send Expressions of Interest to:
Name/Title: Richard Downey / Henry Chapman
Address: CBRE, Inc.
1900 N Street, NW, Suite 700
Washington, DC 20036
Office: (202) 585-5664 / (202) 585-5663
Email Address: richard.downey@gsa.gov; henry.chapman@gsa.gov
Government Contact Information
Lease Contracting Officer Sean J. McNeal
Leasing Specialist Gregory Otten
Broker Richard Downey / Henry Chapman CBRE, 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
- Henry O. Chapman
- henry.chapman@gsa.gov
- Phone Number 2025855665
Secondary Point of Contact
- Richard T. Downey, Jr.
- richard.downey@gsa.gov
- Phone Number 2025855664
- Fax Number 2027831723
History
- May 10, 2024 11:55 pm EDTPresolicitation (Original)
- Nov 08, 2023 04:32 pm ESTSolicitation (Original)