Skip to main content

An official website of the United States government

You have 2 new alerts

Award Notice: U.S. GOVERNMENT Solicitation Number 8MD2349

Award Details

  • Contract Award Date: Jun 16, 2022
  • Contract Award Number: GS-11P-LMD00640
  • Task/Delivery Order Number: 8MD2349
  • Contractor Awarded Unique Entity ID:
  • Contractor Awarded Name: Second Rock Spring Park Limited Partnership
  • Contractor Awarded Address: Bethesda, MD 20814 USA
  • Base and All Options Value (Total Contract Value): $61,764,528.53

General Information

  • Contract Opportunity Type: Award Notice (Original)
  • Original Published Date: Jun 16, 2022 06:51 pm EDT
  • Inactive Policy: 15 days after contract award date
  • Original Inactive Date: Jul 01, 2022
  • 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:
    Bethesda , MD 20817
    USA

Description

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

State: Maryland

City: Suburban MD

Delineated Area:

North: Halpine Road to Twinbrook Parkway

East:  Viers Mill Road to Connecticut Avenue

West: East Jefferson Street, Rollins Avenue, Evelyn Drive, Montrose Road, Tadenwood Drive, Old Stage Road, Tilden Park, Tuckerman Lane, I-270, Democracy Boulevard, Old Georgetown Road, Wisconsin Avenue

South: Bradley Lane

Minimum Sq. Ft. (ABOA): 192,276

Maximum Sq. Ft. (RSF): 226,091

Space Type: Office

Parking Spaces (Total): 3 reserved, and additional spaces per local code

Parking Spaces (Surface):

Parking Spaces (Structured):

Parking Spaces (Reserved): 3

Full Term: 10 years

Firm Term: 10 years

Option Term: n/a

Additional Requirements: See below

The Government currently occupies office and related space in a building under lease in Suburban Maryland that will be expiring.  The Government will consider alternative space if economically advantageous.  The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location.  In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, voice and data systems move costs  and replication of tenant improvements and telecommunications infrastructure.    

Offered buildings must be able to meet the requirements contained in Prospectus PMD-02-WA11, in addition to all Federal, State, and Local jurisdiction requirements, including but not limited to fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the RLP and Lease. Space shall be located within a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.  Offered space shall not be in the 100 year flood plain.  Offerors shall be responsible for providing a standard GSA warm lit shell.  The proposed leased space shall be fully serviced.

Submission by 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 should include the following:

  1. Building name and 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 and a tenant improvement allowance (TIA) of $63.87/ABOA SF;
  5. A description of additional tenant concessions offered, if any;
  6. Number of parking spaces available on the premises;
  7. Date building will be ready for commencement of tenant improvements;
  8. Evidence that the offered space can be delivered as substantially complete by the required occupancy date; and
  9. Evidence that the offered space will meet the other specific requirements identified herein.

Expressions of Interest Due: September 20, 2021

Market Survey (Estimated): September 2021

Offers Due (If applicable): December 2021

Occupancy (Estimated): July 20, 2022

Send Expressions of Interest to:

Name/Title: Bryant Porter, Managing Director

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

Office/Fax: 202-624-8515

Email Address: Bryant.Porter@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: James Phelan

Leasing Contracting Specialist: Sherise Doyle-Brown

Brokers: Emmett Miller and Bryant Porter

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

  • Jul 01, 2022 11:55 pm EDTAward Notice (Original)