Washington, DC Bids > Bid Detail

U.S. GOVERNMENT Solicitation Number: 0DC2416 The U.S. General Services Administration seeks to lease the following space:

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159028968348069
Posted Date: Jul 11, 2023
Due Date: Jul 17, 2023
Solicitation No: 0DC2416
Source: https://sam.gov/opp/542ab6a4c2...
Follow
U.S. GOVERNMENT Solicitation Number: 0DC2416 The U.S. General Services Administration seeks to lease the following space:
Active
Contract Opportunity
Notice ID
0DC2416
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS CENTRAL OFFICE - BROKER SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 11, 2023 05:01 pm EDT
  • Original Published Date: Feb 27, 2023 12:13 pm EST
  • Updated Response Date: Jul 17, 2023 04:00 pm EDT
  • Original Response Date: Mar 10, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 27, 2024
  • Original Inactive Date: Feb 27, 2024
  • 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 , DC 20581
    USA
Description View Changes

This is a revision of the advertisement originally posted on February 12, 2023. Parties that previously expressed interest are requested to confirm their continuing interest. The RLP package will be issued to all parties expressing interest to either this advertisement or the original advertisement.



--------------------------------------------------------------------------------------------------------------------------------------------------------------------------



State: District of Columbia



City: Washington



Delineated Area: Central Employment Area



Minimum Sq. Ft. (ABOA): 122,542 ABOA



Maximum Sq. Ft. (RSF): 147,050RSF



Space Type: Office



Parking Spaces (Total): 3



Parking Spaces (Unreserved): Per local code



Parking Spaces (Reserved): 3 Official Government spaces, to be priced in the rent.



Full Term: 20 years



Firm Term: 20 years



Option Term: Up to 5 years



Additional Requirements:




  • A Metrorail Station must be located within 2,640 walk-able linear feet (WLF) from the main entrance of the offered building.

  • Offered building must have the ability to meet ISC Level IV security requirements.

  • Offered base building must provide:

    • Minimum finished ceiling height of 8’6” throughout;

    • A single, substantially column free, ground-level space of at least 4,000 ABOA SF, with a length of no more than twice its width and a minimum clear ceiling height of 14 feet, capable of accommodating hearing room / conference functions;

    • Access to a weather-protected loading dock able to accommodate one standard delivery truck;

    • Ground level space adjacent to the loading dock to accommodate a mailroom of approximately 300 ABOA SF; and

    • Ability to install a microwave antenna on the building roof and connections from the antenna to the leased space along a direct vertical pathway.



  • Offered space must be contiguous.



Offered buildings must be able to meet all Government requirements contained in Prospectus No. PDC-06-WA23, as well as Federal Government and District of Columbia jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the RLP and Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 1 percent-annual chance floodplain formerly referred to as “100-year” floodplain. 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.



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. 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 must include the following:






    1. Building name & 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, a tenant improvement allowance (TIA) of $58.96/ABOA SF, and a BSAC allowance of $35.00 per ABOA SF;

    5. A description of additional tenant concessions offered, if any;

    6. Date building will be ready for commencement of tenant improvements;

    7. Evidence that the offered space will meet the other specific requirements identified herein; and

    8. Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property.







Expressions of Interest Due: July 17, 2023



Market Survey (Estimated): July 2023



Initial Offers Due (Estimated): August 2023



Occupancy (Estimated): March-July 2025





Send Expressions of Interest to:





Name/Title: Tim Mazzucca, Assistant Director



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



Office/Fax: 202-624-8547



Email Address: timothy.mazzucca@gsa.gov





Name/Title: Todd Valentine, Executive Managing Director



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



Office/Fax: 202-624-8531



Email Address: todd.valentine@gsa.gov





Name/Title: Julie Rayfield, Vice Chairman



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



Office/Fax: 202-624-8532



Email Address: julie.rayfield@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: Kevin M. Terry



Leasing Contracting Specialist: Kyle Brock



Brokers: Emmett Miller, Julie Rayfield, Todd Valentine and Tim Mazzucca


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information View Changes
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >