Washington, DC Bids > Bid Detail

U.S. GOVERNMENT Solicitation # 6DC0325 General Services Administration (GSA) seeks to lease the following space:

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159329204902195
Posted Date: Mar 8, 2023
Due Date: Mar 17, 2023
Solicitation No: 6DC0325
Source: https://sam.gov/opp/f346b41037...
Follow
U.S. GOVERNMENT Solicitation # 6DC0325 General Services Administration (GSA) seeks to lease the following space:
Active
Contract Opportunity
Notice ID
6DC0325
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: Mar 08, 2023 02:10 pm EST
  • Original Response Date: Mar 17, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 31, 2023
  • 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 20037
    USA
Description

State: District of Columbia



City: Washington



Delineated Area:



NORTH: M Street, NW



SOUTH: Constitution Ave, NW



EAST: 7th Street, NW



WEST: 23rd Stret, NW





Minimum Sq. Ft. (ABOA): 70,939



Maximum Sq. Ft. (ABOA): 74,486



Space Type: Office



Parking Spaces (Total): 173



Parking Spaces (Surface): N/A



Parking Spaces (Structured): 173



Parking Spaces (Reserved): 173



Full Term: 15 years



Firm Term: 15 years



Option Term: N/A



Additional Requirements:




  • Offered space must above grade, contiguous, and have the ability to meet ISC Level IV security requirements.

  • 173 reserved parking spaces which can be secured by the Government.





The Government currently occupies office and related space at 1100 L Street, NW under an expiring 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.



This lease requirement is subject to the Prospectus threshold set forth in 40 USC § 3307. The Government will award a Lease pursuant to the forthcoming RLP only if the offered rental rate does not exceed the then current rent threshold. The current threshold is available from the LCO or at the GSA Web site, HTTP://WWW.GSA.GOV, using the keyword “prospectus.”



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 1% annual flood plain (formerly 100-year flood plain). Not all minimum requirements are stated in this advertisement.



Subleases will not be considered.





Expressions of Interest should include the following at a minimum:



1) Building name, address, and age;



2) Contact information and E-mail address of Lessor’s Representative;



3) BOMA rentable & ABOASF available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or build-out, and if so for whom);



4) Rate per ABOASF on a full service basis, including a Tenant Improvement (“TI”) allowance of $63.87 per ABOASF and a $35.00 per ABOASF Building Specific Amortized Capital (“BSAC”) allowance included in this rate;



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



6) Date building will be ready for commencement of tenant improvements and evidence that the offered space can be prepared with tenant improvement completion no later than April 2023;



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



8) Scaled floor plans (as-builts) identifying offered space;



9) Evidence that the offered space will meet the other specific requirements identified herein.





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/FARCase-2019-009/889_Part_B





Expressions of Interest Due: March 17, 2023, no later than 5:00 PM EST



Market Survey (Estimated): March/April 2023



Initial Offers Due: April 2023



Occupancy (Estimated): September 2024



Send Expressions of Interest to:



Name/Title: Todd Valentine, Executive Managing Director



Savills Inc.



Address: 1201 F Street, NW, Suite 500, Washington, DC 20004



Office: 202-624-8531



Email Address: Todd.Valentine@gsa.gov





Name/Title: Emmett Miller, Vice Chairman



Savills Inc.



Address: 1201 F Street, NW, Suite 500, Washington, DC 20004



Office: 202-624-8517



Email Address: Emmett Miller@gsa.gov





Government Contact:



Lease Contracting Officer: Maricarmen Medina – maricarmen.medina@gsa.gov



Broker: Todd Valentine





Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized representative, Savills, Inc.


Attachments/Links
Attachments
Document File Size Access Updated Date
DA Map - 6DC0325.pdf (opens in new window)
13 MB
Public
Mar 08, 2023
file uploads

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
  • Mar 08, 2023 02:10 pm 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 >