U.S. GOVERNMENT Solicitation #8DC2593 - General Services Administration (GSA) seeks to lease the following space
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: Aug 03, 2022 03:50 pm EDT
- Original Response Date: Aug 12, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
- NAICS Code:
- 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
- Place of Performance: Washington , DCUSA
Description
U.S. GOVERNMENT Solicitation # 8DC2593
General Services Administration (GSA) seeks to lease the following space:
State: Washington
City: District of Columbia
Delineated Area:
Washington, DC, CEA
Minimum Sq. Ft. (ABOA):
73,226
Maximum Sq. Ft. (RSF):
85,000
Space Type:
Office
Parking Spaces (Total):
0
Parking Spaces (Surface):
0
Parking Spaces (Structured):
18
Parking Spaces (Reserved):
0
Full Term:
10 years
Firm Term:
8 years
Option Term:
0 Years
Additional Requirements:
- Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. Offered buildings must be able to meet all Government requirements.
- A fully serviced lease is required.
Offered space shall not be in the 100 year flood plain.
Offered buildings must be able to meet all Government requirements contained in the RLP/Lease to be issued, including but not limited to requirements for fire-safety, amenities, sustainability, and handicapped access in accordance with ABAAS guidelines. Space shall be located within a prime commercial office/flex 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. Not all minimum requirements are stated in this advertisement.
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 Government currently occupies 85,000 RSF of office and related space at 90 K Street, NW, Washington, DC, under an expired lease and 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 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, replication and alterations of tenant improvements, telecommunications and information technology infrastructure, and non-productive agency downtime.
The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements.
Upon expiration of the lease term, it is anticipated that the requirement will be consolidated and moved to federally owned space.
Submission by anyone 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.
Expressions of Interest should include the following:
1) Building name & address
2) Contact information and E-mail address of Lessor’s Representative
3) BOMA rentable & ABOASF available
4) Rate per ABOASF on a full service basis, including a Tenant Improvement (“TI”) allowance of $58.96 per ABOASF and a $25.00 per ABOASF Building Specific Amortized Capital (“BSAC”) allowance included in this rate
5) Number of parking spaces available on the premises
6) Name of ownership entity and, if applicable, parent company
7) Evidence that the offered space can be prepared with tenant improvement completion between August 1, 2022 and August 31, 2023
Expressions of Interest Due:
August 12, 2022
Market Survey (Estimated):
August 2022
Initial Offers Due:
August 2022
Occupancy (Estimated):
Between August 1, 2022 and August 31, 2023
Send Expressions of Interest to:
Name/Title:
Mark Stadsklev
Lease Contracting Officer
General Services Administration, Public Building Services
Address:
1800 F Street, NW
Washington, DC 20004
Office:
202-641-5277
Email Address:
Mark.Stadsklev@gsa.gov
Government Contact:
Lease Contracting Officer:
Mark Stadsklev – mark.stadsklev@gsa.gov
Lease Contract Specialist:
Jason R. Adams – jason.adams@gsa.gov
Attachments/Links
Contact Information
Contracting Office Address
- PBS R11 OFFICE OF LEASING 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Mark Stadsklev
- mark.stadsklev@gsa.gov
- Phone Number 2026415277
Secondary Point of Contact
- Jason R. Adams
- jason.adams@gsa.gov
- Phone Number 2028707156
History
- Aug 27, 2022 11:55 pm EDTPresolicitation (Original)