Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to lease office space in San Francisco, CA

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: Solicitation (Original)
  • Original Published Date: Jun 28, 2024 12:36 pm PDT
  • Original Date Offers Due: Jul 31, 2024 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 01, 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:
    San Francisco , CA
    USA

Description

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

State: California

City: San Francisco

Delineated Area:

North: Market Street

South: Harrison Street

East: Fremont Street

West: 4th Street

Minimum Sq. Ft. (ABOA): 24,004

Maximum Sq. Ft. (ABOA): 26,404

Space Type: Office

Parking Spaces (Total): 2

Parking Spaces (Surface): None

Parking Spaces (Structured): 2

Parking Spaces (Reserved): 2

Full Term: 15 years

Firm Term: 15 years

Option Term: N/A

Additional Requirements:

A.   A minimum of 108 parking spaces (any combination of surface or structured) must be commercially available on-site or within a walkable 1,320 feet from the building entrance;

B   Offered block(s) of space must be predominantly rectangular, length/width not exceeding 2:1 with column spacing 24’ on center. Distance from interior columns to exterior columns or building core columns may deviate from the 24' spacing provided that the test-fit plan demonstrates an efficient layout. A test-fit demonstrating an efficient lay-out will be required as part of the RLP response;

C.  If the available space is located on more than one floor, the smaller block of space must consist of a minimum of approximately 25% of the total ABOA SF offered and both blocks of space must be served by the same elevator bank. Offered space must not be located on more than 2 floors within the building to be considered and offered space must be horizontally contiguous on the floor;

D.  Elevators with access to Agency occupied floors must be controlled via key card or alternative methods acceptable to the Government;

E.  Requires the following minimum dropped ceiling height for these spaces:

  1. General office: minimum 8’6”
  2. Public waiting/security screening area and multipurpose training rooms: minimum 9’0”

F . The primary entrance to the building must not be located adjacent to or within 300 walkable feet from the primary entrance of the building to jails, gambling or adult sexual related services.

G.  The occupying agency must not co-locate in a building housing courts or law enforcement agencies.

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.

Offers Due: 5:00 PM PDT on July 31, 2024

Occupancy (Estimated): January 2026

Send Offers to:

Electronic Offer Submission:

Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.

Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are

offered on the RSAP homepage and in the “HELP” tab on the RSAP website.

Solicitation (RLP) Number: 1CA2979

Government Contact Information (Not for Offer Submission)

Alistair Whatley - Lease Contracting Officer

Phone: (213) 509-2776

Email: Alistair.Whatley@gsa.gov

Timothy Pavek, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc. 

Phone: (925) 790-2134

Email: Timothy.Pavek@gsa.gov

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

An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.

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

  • Tim Pavek, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
  •   Timothy.Pavek@gsa.gov
  •   Phone Number (925) 790-2134

History