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

Agency: GENERAL SERVICES ADMINISTRATION
State: District of Columbia
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159850724905691
Posted Date: Mar 20, 2024
Due Date: Mar 25, 2024
Solicitation No: 2DC0645-1
Source: Members Only
Follow
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2DC0645
Active
Contract Opportunity
Notice ID
2DC0645-1
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R00 CENTER FOR BROKER SERVICES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 02:44 pm EDT
  • Original Response Date: Mar 25, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 09, 2024
  • 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

Presolicitation Notice/Advertisement RLP Procurement Summary GSA Public Buildings Service



*Please note that this is a reposting of a previously posted Advertisement on SAM.gov. If you responded to the Advertisement the first time – and have no material changes to your submission – then there is no need to send another expression of interest.



U.S. GOVERNMENT



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



State: District of Columbia



City: Washington



Delineated Area:




  • 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 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 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).



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.



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 March 25, 2024 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.



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.



Expressions of Interest Due: March 25, 2024



Market Survey (Estimated): April 2024



Occupancy (Estimated): February 1, 2025



Send Expressions of Interest to:



Name/Title: Brad Seifert, Broker Contractor



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



Office: (202) 652-4192



Email Address: Bradford.Seifert@gsa.gov



And to:



Name/Title: Hunter Powell, Broker Contractor



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



Cell: (504) 301-7139



Email Address: Hunter.Powell@gsa.gov



Government Contact Information



Lease Contracting Officer: Kevin Terry



Lease Contracting Officer: Kyle Brock



Broker: Public Properties


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2024 02:44 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.

Start Free Trial Today >