Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0934

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: Jul 09, 2024 02:35 pm EDT
  • Original Response Date: Jul 19, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 03, 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:
    Springfield , VA
    USA

Description

Presolicitation Notice/Advertisement                              GSA Public Buildings Service                                        U.S. GOVERNMENT

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

State: Virginia

City: Various (see delineated area map below)

Delineated Area: Northern Virginia, including the counties of Arlington, Alexandria, Fairfax, and Prince William, and a portion of Loudoun County (Map Below)

Minimum Sq. Ft. (ABOA): 77,142

Maximum Sq. Ft. (ABOA): 78,685

Space Type: Office and Warehouse

Parking Spaces (Total): 245

Parking Spaces (Surface): 245

Parking Spaces (Structured): 0

Parking Spaces (Reserved): 245

Full Term: 15 Years

Firm Term: 15 Years

Option Term: N/A

Additional Requirements:

  • Above ground, contiguous space is required. Building must be able to accommodate office and warehouse space.
  • Ceiling height of 18’0” clear for warehouse and workshop required.
  • Approximately 49,000 ABOA SF of warehouse space is required.
  • Building must be able to accommodate a UPS system to support equipment within the demised space, as well as an area in the parking lot or adjacent to the building to accommodate a large capacity generator.
  • Offered building must have two loading docks.
  • Offered building must have six roll-up door bays, each 8’ by 10’ in size.
  • Space must be able to accommodate a telecommunications room/main distribution room (TR/MDF) that can service the entire suite.

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 Springfield, Virginia, 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.

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.

The Government reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification.

Not all minimum requirements are reflected in this advertisement.

At this time, the Government is only considering existing buildings.  New construction options may be considered only if the building can meet the required delivery date for occupancy.

Expressions of Interest must be received in writing no later than July 19, 2024 by 5:00 PM Eastern Time, and should include the following information at a minimum:

• Building name and address;

• Location of space in the building and date of availability;

• Date the building will be ready to begin constructing tenant improvements;

• Scaled floor plans (as-built) identifying offered space;

• Assuming 35% of space is office and 65% of space is warehouse space, estimated rental rate per ABOA and rentable square foot, fully serviced and inclusive of a tenant improvement allowances (TIA) of $9.8260/ABOA SF (warehouse) and $58.956/ABOA SF (office), and $10.00/ABOA SF of Building Specific Amortized Capital (BSAC);

• Name, address, telephone number, and email address of authorized contact.

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.

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.

Expressions of Interest Due: July 19, 2024

Market Survey (Estimated): August 2024

Occupancy (Estimated): July 1, 2025

Send Expressions of Interest to:

Name/Title: Brad Seifert / Broker Contractor

Address: 2445 M Street, NW, Suite 510, Washington, DC 20037

Office: (202) 652-4192

Email Address: Bradford.seifert@gsa.gov

And to:

Name/Title: Hunter Powell / Broker Contractor

Address: 2445 M Street, NW, Suite 510, Washington, DC 20037

Office: (504) 301-7139

Email Address: Hunter.powell@gsa.gov

Government Contact Information

Lease Contracting Officer: Santoni Graham

Leasing Specialist: Felicia Hammond & Brandon Hruska

Broker: Public Properties

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

  • Aug 03, 2024 11:55 pm EDTPresolicitation (Original)