U.S. GOVERNMENT Re - Solicitation #8DC2558 - General Services Administration (GSA) seeks to lease the following space:
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159649415742547 |
Posted Date: | Mar 28, 2023 |
Due Date: | Apr 3, 2023 |
Solicitation No: | 8DC2558 |
Source: | https://sam.gov/opp/21e7fc20d0... |
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 (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Mar 28, 2023 09:29 am EDT
- Original Published Date: Aug 25, 2022 05:12 pm EDT
- Updated Response Date: Apr 03, 2023 04:00 pm EDT
- Original Response Date: Sep 08, 2022 04:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Apr 04, 2023
- Original Inactive Date: Sep 09, 2022
-
Initiative:
- None
- 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
State:
Washington
City:
District of Columbia
Delineated Area:
Washington, DC, CEA
Minimum Sq. Ft. (ABOA):
84,500
Maximum Sq. Ft. (RSF):
96,000
Space Type:
Office
Parking Spaces (Total):
19
Parking Spaces (Surface):
0
Parking Spaces (Structured):
19
Parking Spaces (Reserved):
0
Full Term:
6 years
Firm Term:
5 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 of both Prospectus PDC-09-WA22 and 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 AcquisitionRegulation (FAR). ). For more information, visit: https://acquisition.gov/FAR- Case-2019-009/889_Part_B.
The U.S. Government currently occupies 96,000 RSF of office and related space in a building under a lease at 90 K Street, NW, 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.
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 9, 2022 and August 31, 2023
Expressions of Interest Due:
April 3, 2023
Market Survey (Estimated):
April 2023
Initial Offers Due:
April 3, 2023
Occupancy (Estimated):
By d August 31, 2023
Send Expressions of Interest to:
Name/Title:
Lisa Richmond
Lease Contracting Officer
General Services Administration, Public Building Services
Address:
1800 F Street, NW
Washington, DC 20004
Office:
202-359-7377
Email Address:
lisa.richmond@gsa.gov
Government Contact:
Lease Contracting Officer:
Lisa Richmond - lisa.richmond@gsa.gov
Lease Contract Specialist:
Jason R. Adams – jason.adams@gsa.gov
Document | File Size | Access | Updated Date |
|
22 KB
|
Public |
Mar 28, 2023
|
|
22 KB
|
Public |
Mar 28, 2023
|
- OFFICE OF LEASING 301 7TH ST SW
- WASHINGTON , DC 20407
- USA
- Lisa Richmond
- lisa.richmond@gsa.gov
- Phone Number 202-359-7377
- Jason R. Adams
- jason.adams@gsa.gov
- Phone Number 2028707156
- Mar 28, 2023 09:29 am EDTPresolicitation (Updated)
- Mar 28, 2023 09:21 am EDT Presolicitation (Updated)
- Sep 09, 2022 11:56 pm EDT Presolicitation (Inactive)
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.