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 (Updated)
- Updated Published Date: Oct 13, 2023 12:39 pm EDT
- Original Published Date: Jun 01, 2023 01:35 pm EDT
- Updated Response Date: Oct 20, 2023 03:00 pm EDT
- Original Response Date: Jun 15, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Oct 12, 2035
- Original Inactive Date: Jun 01, 2035
- 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: DCUSA
Description
This is a modification to an advertisement posted on June 1, 2023. Respondents to the original advertisement must submit a response to this modification in order to be considered.
General Services Administration (GSA) seeks to lease the following space:
City / State: Washington, DC
Delineated Area: Washington, DC Central Employment Area (CEA)
Minimum Sq. Ft. (ABOA): 46,152
Maximum Sq. Ft. (RSF): 56,352
Space Type: Office and Related Space
Parking Spaces (Total): 2 on-site reserved structured spaces
Parking Spaces (Reserved): 2 reserved spaces for Official Government Vehicles, the cost of which is to be included in the rental consideration.
Full Term: 15 Years
Firm Term: 15 Years
Option Term: N/A
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 III Security Requirements.
Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for 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 officers and employees of the General Services Administration (GSA) or their authorized representative, CBRE, Inc.
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.
The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC that will be expiring. The Government is considering alternative space if economically advantageous. 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, replication of tenant improvements and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination.
Expressions of interest must include the following information:
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 a Tenant Improvement Allowance of $58.956/USF for alternative locations and $20.00/USF for the incumbent location, and a Building Specific Amortized Capital Allowance of $25.00/USF for alternative locations and $0.00/USF for the incumbent location, meeting GSA’s standard building shell requirements. The Government may elect to reduce or remove the allowances above;
5. Name, address, telephone number, and email address of authorized contact;
6. Scaled floor plans (as built) identifying offered space.
7. Information on project and building ownership
8. Confirmation from an official of the building’s ownership that the terms offered in response to this advertisement will be honored during the offer stage of the procurement;
9. Confirmation that the space offered will be unencumbered by leases by the estimated occupancy date.
Expressions of Interest Due: October 20, 2023, 3:00 P.M
Market Survey (Estimated): November 2023
Occupancy (Estimated): March 2024
Send Expressions of Interest to:
Name/Title: Richard Downey / Maurice Walker
Address: c/o CBRE, Inc.
1900 N Street, NW, Suite 700 Washington, DC 20036
Office Phone: (202) 783-1723 / (240) 554-3022
Email Address: richard.downey@gsa.gov / maurice.walker@gsa.gov
Government Contact Information:
Lease Contracting Officer: Kevin Terry
Broker: CBRE Inc./ Birch Advisors - Richard Downey & Maurice Walker
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
- Richard T. Downey, Jr.
- richard.downey@gsa.gov
- Phone Number 2025855664
- Fax Number 2027831723
Secondary Point of Contact
- Maurice Walker
- maurice.walker@gsa.gov
- Phone Number 2405543022
History
- Oct 13, 2023 12:39 pm EDTPresolicitation (Updated)
- Jun 01, 2023 01:35 pm EDTPresolicitation (Original)