The Inter-American Foundation (IAF) seeks to lease 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: Feb 15, 2024 03:31 pm EST
- Original Response Date: Feb 22, 2024 04:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 08, 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
U.S. GOVERNMENT
The Inter-American Foundation (IAF) seeks to lease the following space:
State: Washington, DC
Delineated Area: Beginning at the intersection of P St NW and 23nd St NW
South on 23 St NW until N St NW
West on N St NW until 25th St NW
South on 25th St NW until M St NW
West on M St NW until Rock Creek and Potomac Pkwy
Follow Rock Creek and Potomac Pkwy South until I-66
East along I-66 to Constitution Ave
East on Constitution Ave until 14th St NW
South on 14th St NW until Madison Dr NW
East on Madison Dr NW until 3rd Street Tunnel
Follow North along 3rd St Tunnel to Massachusetts Ave NW
Southeast on Massachusetts Ave NW until New Jersey Ave NW
North on New Jersey Ave NW until New York Ave NW
West on New York Ave NW until 4th St NW
North on 4th St NW until N St NW
East on N St NW until New Jersey Ave NW
North on New Jersey Ave NW until P St NW
West on P St NW to POB
(See attached map)
Minimum Sq. Ft. (ABOA): 9,000
Maximum Sq. Ft. (ABOA): 15,000
Space Type: Office and Related Space
Parking Spaces (Total): One
Firm Term: 5 years
Option Term: 5 years preferred
Additional Requirements:
Offered space must be contiguous
within a single building.
Building must have the ability to meet
ISC Level II Security Requirements.
Space should allow for efficient layout
and office workflow. Columns must
have regular spacing of sufficient
distance to support effective design.
The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC, that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire safety, security, accessibility, seismic, energy, 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).
Offerors shall be responsible for providing a standard GSA warm lit shell, in addition to the minimum information requested below.
This procurement will be subject to all the rules, regulations, conditions, and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement.
At this time, the Government is only considering existing buildings, with move-in ready space, and will not consider new construction options.
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.
Expressions of Interest must be received in writing no later than February 22, 2024 by 4:00 PM Eastern Time, and should include the following information at a minimum:
1) Building name & address;
2) Contact information and e-mail address of Lessor’s Representative;
3) ANSI/BOMA Office Area (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, inclusive of Tenant Improvement Allowance (TIA), meeting the Government’s standard building shell requirements.
5) Offered TIA per ABOASF.
6) A description of additional tenant concessions offered, if any;
7) Date building will be ready for commencement of tenant improvements and suitability for reuse of former tenant’s personal property, including but not limited to furniture, fixtures, equipment, decorative items; and
8) Evidence that the offered space will meet the other specific requirements identified herein.
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.
Projected Dates:
Expressions of Interest Due: 4:00 PM on February 22, 2024
Market Survey (Estimated): February 2024
Offers Due (Estimated) March 2024
Occupancy (Estimated): April 2024
Send Expressions of Interest to:
Name/Title: Jones Lang LaSalle
Attn: Alex Korobkin, Gerrit Voogt
Office Number 703-772-2174, 202-805-4423
Email Address: alex.korobkin@jll.com; gerrit.voogt@jll.com
Government Contact Information:
Lease Point of Contact: Aaron Fisher
Broker Contractors: Alex Korobkin, Gerrit Voogt
Local Markets Broker: Bill Craig
Broker Firm: Jones Lang LaSalle
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
- Alex Korobkin
- alex.korobkin@jll.com
Secondary Point of Contact
- Gerrit Voogt
- gerrit.voogt@jll.com
History
- Mar 08, 2024 11:55 pm ESTPresolicitation (Original)
- Mar 05, 2024 02:08 pm ESTSolicitation (Original)