General Services Administration (GSA) seeks to lease the following space
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159047885753175 |
Posted Date: | Jun 21, 2023 |
Due Date: | Jun 30, 2023 |
Solicitation No: | 0DC2552 |
Source: | https://sam.gov/opp/1a2612ac18... |
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.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jun 21, 2023 04:25 pm EDT
- Original Response Date: Jun 30, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 15, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Washington , DCUSA
General Services Adminstration (GSA) seeks to lease the following space:
State: Washington
City: District of Columbia
Delineated Area: Washington, DC, CEA
Minimum Sq. Ft. (ABOA): 15,385
Maximum Sq. Ft. (RSF): 18,372
Space Type: Office
Parking Spaces (Surface): 0
Parking Spaces (Structured): 20
Parking Spaces (Reserved): 0
Full Term: 10 years
Firm Term: 6 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 space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms in the RLP/Lease to be issued. 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). 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 U.S. Government currently occupies 18,372 RSF of office and related space in a building under a lease in Southwest, Washington, DC, that will be expiring. The Government is considering 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 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.
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.
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:
- Building name & address
- Contact information and E-mail address of Lessor’s Representative
- BOMA rentable & ABOASF available
-
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”) amount included in this rate. The proposed rate from the Lessor for the existing location is not required to include a TI allowance or
a BSAC amount. - Offer must include 20 parking spaces and the number of parking spaces available on the premises
- Name of ownership entity and, if applicable, parent company
- Evidence that the offered space can be prepared with tenant improvement completion by August 31, 2024.
Expressions of Interest Due: June 30, 2023
Market Survey (Estimated): July 10, 2023
Initial Offers Due: August 18, 2023
Occupancy (Estimated): By August , 2024
Send Expressions of Interest to:
Name/Title: Sylva Nicolas
Lease Contracting Officer
General Services Administration, Public Building Services
Address: 1800 F Street, NW
Washington, DC 20004
Office: 202-538-9147
Email Address: sylva.nicolas@gsa.gov
Government Contact:
Lease Contracting Officer: Sylva Nicolas – sylva.nicolas@gsa.gov
Lease Contract Specialist: Jason R. Adams – jason.adams@gsa.gov
- OFFICE OF LEASING 301 7TH ST SW
- WASHINGTON , DC 20407
- USA
- Sylva Nicolas
- sylva.nicolas@gsa.gov
- Phone Number 2025389147
- Jun 21, 2023 04:25 pm EDTPresolicitation (Original)
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.