GSA seeking office space in Pierre, SD
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: Solicitation (Updated)
- Updated Published Date: Mar 24, 2025 11:11 am MDT
- Original Published Date: Mar 18, 2025 12:19 pm MDT
- Updated Date Offers Due: Apr 18, 2025 04:00 pm MDT
- Original Date Offers Due: Apr 18, 2025 04:00 pm MDT
- Inactive Policy: Manual
- Updated Inactive Date: Apr 18, 2025
- Original Inactive Date: Apr 18, 2025
- 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: Pierre , SD 57501USA
Description
RLP Procurement Summary GSA Public Buildings Service
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: South Dakota
City: Pierre
Delineated Area:
NORTH: Range Road East
EAST: 292nd Avenue South, Route 14 Southeast, Bypass Route 14 South
SOUTH: Rout 34 West, Rout 14 West
WEST: Route 1806 North
Minimum Sq. Ft. (ABOA): 5,300.00
Maximum Sq. Ft. (ABOA): 5,600.00
Space Type: Office
Parking Spaces (Total): 19
Parking Spaces (Surface): 19
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 15-Year
Firm Term: 10-Year
Option Term: N/A
Additional Requirements:
A. All space must be contiguous, and preferably on the 2nd floor or higher. Space on the first floor will be considered only when no other space is available, or if deemed appropriate by the Tenant. First-floor spaces require additional security measures.
B. The proposed facility must not be located within 400’-0” of public defenders, Immigration and Customs Enforcement (ICE), probation offices, Internal Revenue Service (IRS), universities, daycares, religious facilities and other businesses or facilities deemed unacceptable by Tenant Security for safety purposes. This requirement may be waived by Tenant Security if no other facility is deemed
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 0.2-percent-annual chance floodplain (formerly referred to as “500-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.
Offers Due: April 18, 2025 at 4:00 PM MT
Occupancy (Estimated): March 1, 2026
Send Offers to:
Electronic Offer Submission:
Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.
Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.
Solicitation Number:
Solicitation (RLP) Number: 2SD0149_Solicitation
Government Contact Information (Not for Offer Submission)
Lease Contracting Officer - Michael Condon
Phone: (303) 249-8771
Email: michael.d.condon@gsa.gov
Leasing Specialist - Samuel Feldman
Phone: (720) 413-7216
Email: samuel.feldman@gsa.gov
Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.
Attachments/Links
Contact Information
Contracting Office Address
- R8 OFFICE OF LEASING 1 DENVER FEDERAL CENTER
- LAKEWOOD , CO 80225
- USA
Primary Point of Contact
- Samuel Feldman
- samuel.feldman@gsa.gov
- Phone Number 7204137216
Secondary Point of Contact
- Michael Condon
- michael.d.condon@gsa.gov
- Phone Number 3032498771
History
- Apr 18, 2025 09:55 pm MDTSolicitation (Updated)
- Mar 18, 2025 12:19 pm MDTSolicitation (Original)