Skip to main content

An official website of the United States government

You have 2 new alerts

GSA Seeks to Lease Office Space: West Covina, CA - 18,000 SF

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: Sep 12, 2022 08:01 am PDT
  • Original Published Date: Jan 09, 2020 11:41 am PST
  • Updated Response Date: Oct 03, 2022 05:00 pm PDT
  • Original Response Date: Feb 21, 2020 05:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 07, 2021
  • Original Inactive Date: Feb 21, 2021
  • 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:

Description

U.S. GOVERNMENT

Pre-solicitation 9CA3243

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

State: CA
City: West Covina

Delineated Area:

North: Interstate 10
East: Hacienda Blvd to Glendora Ave to Vincent Ave
South: Valley Blvd
West: Sunset Ave

Minimum Sq. Ft. (ABOA): 18,460
Maximum Sq. Ft. (ABOA): 19,383
Space Type: Office

Parking Spaces (Reserved): 2

Full Term: 10 years
Firm Term: 5 years
Option Term: Two 5-year options

Additional Requirements:

1. Interested parties may submit space in office or retail strip space. Buildings containing warehouse, residential or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes will not be acceptable.

2. Ground floor space is preferred; however, space above ground is acceptable as long as the building has 2 passenger elevators.

3. If offered space is above the ground floor, and on a multi-tenant floor, the building must accommodate visitor queueing prior to the agency opening its doors at 9:00 a.m.

4. Minimum access to leased space on Monday through Friday from 7:00 a.m. to 5:30 p.m. and Saturday from 7:00 a.m. to 1:00 p.m. with janitorial services to be provided on weekdays between 7:00 a.m. and 5:00 p.m.

5. Reflect efficient use of space demonstrated by configuration:

a. The size, number, and placement of columns such that columns must be at least 20 feet from any interior wall and from each other and be no more than 2 feet square.

b. Space may not be more than twice as long as it is wide.

c. Space must be contiguous.

6. Office has approximately 40 employees and 225 daily visitors on average. Over and above the parking required by local code, offered locations must be able to accommodate employee and visitor parking in public lots or street parking within 1,310 walkable feet of offered building's entrance.

7. Offered space must be located within two (2) blocks of public transportation and within one mile of restaurants and shopping.  Space offered must be located within the equivalent of two city blocks from a primary or secondary street.  The route of travel from the primary or secondary street must be direct.  Locations that have obscure or difficult access, as judged by the government, will not be considered.

8. Office space must not be located near bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or injurious odors detectable within the office space.

9. Sites which are located directly on a highway or six-lane thoroughfare will not be considered if the office is not immediately accessible from both directions of traffic, and traffic devices are not located to control left turning traffic.

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 100 year flood plain.

The U.S. Government currently occupies office and related space in a building under a lease in West, Covina, CA, 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, and non-productive agency downtime.

Interested respondents may include building owners and representatives with the exclusive right to represent building owners.  Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to the advertisement.

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 broker representative.

Note:   Active registration in SAM is required at the time of initial offer submission.  Entities not currently registered in SAM are advised to start the registration process as soon as possible, in order to meet RLP offer deadline.

Expressions of Interest Due: October 3, 2022
Market Survey (Estimated): October 2022
Occupancy (Estimated): September 10, 2023

Send Expressions of Interest to:

Name/Title: John Winnek, Senior Director – Southern CA
Office/Mobile:  213-629-6586; 818-281-4605
Email Address: john.winnek@gsa.gov

Government Contact Information:

Lease Contracting Officer:
Linda Luong, GSA Lease Contracting Officer
linda.luong@gsa.gov; 213-894-5942

Broker – Cushman & Wakefield:
James Cassidy, Senior Transaction Manager
james.p.cassidy@gsa.gov; 973-975-6000

Broker – Cushman & Wakefield:
John Winnek, Senior Director – Southern CA
john.winnek@gsa.gov; 213-629-6586

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