Washington, DC Bids > Bid Detail

General Services Administration (GSA) seeks to lease the following space in Washington, DC: Solicitation No. 2DC0645

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159111469559863
Posted Date: Dec 20, 2022
Due Date: Jan 10, 2023
Solicitation No: 2DC0645
Source: https://sam.gov/opp/2c834aff9c...
Follow
General Services Administration (GSA) seeks to lease the following space in Washington, DC: Solicitation No. 2DC0645
Active
Contract Opportunity
Notice ID
2DC0645
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 20, 2022 11:43 am EST
  • Original Response Date: Jan 10, 2023 05:00 pm EST
  • 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:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Washington , DC
    USA
Description

Advertisement GSA Public Buildings Service



U.S. GOVERNMENT



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



State: District of Columbia



City: Washington



Delineated Area: Washington, DC – Central Employment Area



Boundaries:



West: Rock Creek & Potomac Parkway NW to Ohio Drive SW; South: Independence Avenue SW to east Basin Drive SW (along Potomac River) to Maine Street SW (continuing along the Potomac River) to Water Street SW to 1st Avenue SW to D Street SW to 2nd Avenue SW to E Street SW to 4th Avenue SW to D Street SW to 5th Avenue SW (along the Anacostia River); East: To 2nd Street SW to Q Street SW to Half Street SW to I Street SW to South Capitol Street SW to Independence Avenue SW & SE to 1St Street SE to Constitution Avenue NE & NW to 3rd Street NW to Massachusetts Avenue NE around Columbus Circle, continuing onto Massachusetts Avenue NE to 2nd Street NE to K Street NE to 3rd Street NE to M Street NE to Florida Avenue crossing and along the B & O railroad tracks; North: R Street NE & NW to New Jersey Avenue NW to P Street NW to ending at Rock Creek & Potomac Parkway NW.



Minimum Sq. Ft. (ABOA): 7,522 ABOA SF



Maximum Sq. Ft. (ABOA): 7,522 ABOA SF



Space Type: Office and Related Space



Parking Spaces (Total): 0



Parking Spaces (Surface/Structured): 0



Parking Spaces (Reserved): N/A



Full Term: 15 Years



Firm Term: 10 Years



Option Term: N/A



Additional Requirements:



Building must be within one half (1/2) walkable mile of a Metro Station.



Above ground, contiguous space, is required. Space on the second (2nd) floor or higher is required.



Ceiling height of minimum 8’0” clear is required.



Column spacing must be 20’ minimum.



Offered building must have a loading dock or other loading area that meets agency requirements. Multistory buildings must have a freight elevator.



The U.S. Government currently occupies office and related space in a building under an expiring lease in Washington, DC. The Government is considering alternative space within the specified delineated area if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that can potentially 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 furniture and specialized equipment relocation. Offered space must meet Government requirements for fire safety, accessibility, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100-year flood plain.



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 January 10, 2023, 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;



• Information on building ownership;



• Estimated rental rate per rentable square foot (RSF), inclusive of a standard GSA ‘warm- lit shell’, for non-incumbent buildings include a tenant improvement allowance (TIA) of $58.956/ABOASF, and a BSAC allowance of $12.00/ABOASF; and



• 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.



Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action.



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.



use this section for pre-solicitation NOTICE/ADVERTISEMENTS seeking expression of interest. DO not use for rlp procurement summary.





Expressions of Interest due: January 10, 2023



Market Survey (Estimated): Late January 2023



Occupancy (Estimated): February 1, 2025



Send Expressions of Interest to:



Name/Title: Brad Seifert, Broker



Address: 2445 M Street, NW, Suite 550, Washington, DC 20037



Office: (202) 652-4192



Email Address: Bradford.Seifert@gsa.gov



And to:



Name/Title: Eddie Trujillo, Broker



Address: 2445 M Street NW, Suite 550, Washington, DC 20037



Office: (202) 531-4616



Email Address: Eduardo.Trujillo@gsa.gov





Government Contact Information



Lease Contracting Officer, Kevin Terry



Leasing Specialist, Barry Schintler



Broker: Public Properties


Attachments/Links
Attachments

Contact Information
Contracting Office Address
  • CENTER FOR BROKER SERVICES 1800 F STS NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 20, 2022 11:43 am ESTPresolicitation (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.

Start Free Trial Today >