Skip to main content

An official website of the United States government

You have 2 new alerts

The U.S. General Services Administration seeks to lease the following 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: May 08, 2024 02:35 pm EDT
  • Original Response Date: May 22, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • 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:
    USA

Description

GSA Public Buildings Service

U.S. GOVERNMENT Solicitation Number: 1DC2384

The U.S. General Services Administration seeks to lease the following space:

State: District of Columbia

City: Washington

Delineated Area: See attached

Minimum Sq. Ft. (ABOA): 74,075 ABOA SF

Maximum Sq. Ft. (ABOA): 78,648 ABOA SF

Space Type: Office

Parking Spaces (Total): 1

On Site Parking Spaces (Unreserved): Per local code, but no less than 1 space per 1,500 RSF

Parking Spaces (Reserved): 1 reserved space, to be priced in the rent

Full Term: 15 years

Firm Term: 15 years

Option Term: NA

Additional Requirements:

  • A Metrorail Station must be located within 2,640 walk-able linear feet (WLF) from the main entrance of the offered building.
  • Offered building must have the ability to meet ISC Level III security requirements.
  • Offered base building must provide:
    • Minimum finished ceiling height of 8’6” throughout;
    • Minimum column spacing of 25’ by 25’ or equivalent;
    • Access to a weather-protected loading dock able to accommodate one standard delivery truck;
    • Ability to install one 33-inch wide antenna on the building roof and connections from the antenna to the leased space along a direct vertical pathway; and
  • Offered space must be contiguous.

Offered buildings must be able to meet Federal Government and District of Columbia jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the RLP and 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).  The RLP and Lease will be subject to the Prospectus threshold set forth in 40 USC § 3307.  The Government will award a Lease pursuant to the RLP only if the offered rental rate does not exceed the then current rent threshold.  Not all minimum requirements are stated in 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.

Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.  In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner.

Expressions of Interest must include the following:

1)   Building name & address;

2)   Contact information and e-mail address of Offeror’s Representative;

3)   ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);     

4)   Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a GSA warm lit shell, a tenant improvement allowance (TIA) of $58.96/ABOA SF, and a BSAC allowance of $25.00 per ABOA SF;

5)   A description of additional tenant concessions offered, if any;

6)   Date building will be ready for commencement of tenant improvements;

7)   Evidence that the offered space will meet the other specific requirements identified herein; and

8)   Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property.

Expressions of Interest Due: May 22, 2024

Market Survey (Estimated): June 2024

Initial Offers Due (Estimated): July 2024

Occupancy (Estimated): September 2026

Send Expressions of Interest to:

Name/Title: Tim Mazzucca, Managing Director

Address: Savills Inc., 1201 F St. NW, Suite 500, Washington, DC 20004

Office/Fax: 202-624-8547

Email Address: timothy.mazzucca@gsa.gov

Name/Title: Julie Rayfield, Vice Chairman

Address: Savills Inc., 1201 F St. NW, Suite 500, Washington, DC 20004

Office/Fax: 202-624-8532

Email Address: julie.rayfield@gsa.gov

Name/Title: Emmett Miller, Vice Chairman

Address: Savills Inc., 1201 F St. NW, Suite 500, Washington, DC 20004

Office/Fax: 202-624-8517

Email Address: emmett.miller@gsa.gov

Government Contact Information

Lease Contracting Officer: Kevin M. Terry

Leasing Contracting Specialist: Kyle Brock

Brokers: Emmett Miller, Julie Rayfield, and Tim Mazzucca

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

  • Jun 06, 2024 11:55 pm EDTPresolicitation (Original)