General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
ID: 2VA0898Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease approximately 6,370 ABOA square feet of warehouse space in Chantilly, Virginia, under Solicitation No. 2VA0898. The procurement aims to secure a contiguous single-floor space with a minimum clear ceiling height of 12 feet, along with two designated parking spaces, to support government operations. This opportunity is critical for ensuring the availability of suitable facilities that meet federal standards for safety, security, and operational efficiency. Proposals are due by August 19, 2025, and interested offerors can contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov for further information.

    Files
    Title
    Posted
    The General Services Administration (GSA) has issued a Request for Lease Proposals (RLP) No. 2VA0898 for approximately 6,370 square feet of warehouse space in Chantilly, Virginia, with offers due by August 19, 2025. The RLP provides detailed instructions for prospective Offerors, including eligibility criteria, specific space requirements, lease terms, and evaluation methods for selection. Key requirements include a contiguous single-floor space, a minimum clear ceiling height of 12 feet, and provisions for parking and loading docks. Offerors must submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP) and are expected to comply with various environmental and safety standards throughout the lease term. Additionally, the document outlines expected security measures, tenant improvements, and the financial structure of the lease, emphasizing compliance with federal standards and regulations. This procurement process reflects the GSA's commitment to securing suitable space while ensuring safety, environmental compliance, and operational efficiency.
    The General Services Administration (GSA) is seeking to lease a warehouse space in Chantilly, Virginia, requiring 6,370 square feet to accommodate both warehouse and office functions. The lease will be executed for a full term of ten years with an option for an additional five years. The desired facility must include a ceiling height of at least 12 feet, a loading bay, and provisions for a backup generator, while complying with government standards for fire safety and accessibility. Properties submitted for consideration must not be located in flood-prone areas and needs to adhere to specific telecommunications regulations under Section 889 of the FY19 NDAA. The GSA will only consider existing buildings, although new constructions may be evaluated if they meet occupancy deadlines. Interested parties must submit detailed expressions of interest by February 24, 2025, including key property information. A market survey is anticipated for March 2025, with potential occupancy as early as May 2026. All communications should be directed to dedicated GSA representatives for further engagement.
    This Lease Agreement is between a designated Lessor and the United States Government, represented by the General Services Administration (GSA), for a warehouse space. It outlines the terms of the lease, including a 10-year firm term with one optional 5-year renewal, and specifies the rental rates, which includes shell rent, operating costs, and tenant improvements that are amortized over the lease duration. The premises will encompass a designated area for various uses by the Government, with associated rights such as parking and delivery access. Key provisions include details on alterations, termination rights with a 120-day notice post-firm term, and adjustments for real estate taxes based on occupancy. The Lessor is responsible for maintaining the premises during the lease and for making necessary improvements prior to Government acceptance. Additionally, the agreement contains various sections outlining specifics such as construction standards, operational obligations, and tenant improvement allowances, ensuring compliance with federal guidelines and regulations. This document serves as a formal framework governing the lease process, emphasizing clarity, mutual obligations, and regulatory adherence to ensure effective use of government resources.
    The document outlines the security requirements for a federal leasing agreement, specifically detailing Facility Security Level II protocols aimed at safeguarding government properties. It delineates responsibilities for lessors, emphasizing the inclusion of security measures in building and maintenance costs. Key areas of focus include employee access control, screening processes, secure common and utility spaces, and visitor access management. The document mandates the installation of high-security locking mechanisms and surveillance systems, while also stipulating the necessity of monthly testing and reporting for these security systems. Furthermore, it emphasizes compliance with cybersecurity standards, prohibiting connection of building access systems to federal IT networks and advocating for robust cyber protection measures. Landscaping guidelines, signage control, and the establishment of a Facility Security Committee for ongoing oversight are also described. The intent is to ensure comprehensive security throughout government facilities, minimizing vulnerabilities and unauthorized access while maintaining operational efficiency within compliance frameworks. Overall, these requirements illustrate the government's commitment to upholding national security standards in building management and operations.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, detailing instructions for offerors. It defines key terms such as discussions, proposal modifications, and revisions, stipulating procedures for submitting and validating proposals. Offerors are required to acknowledge any amendments to the solicitation and are advised on how to handle late submissions and modifications. The government retains the right to reject any proposals not conforming to solicitation criteria and encourages offerors to submit their best terms initially. The document also emphasizes the importance of the System for Award Management (SAM) registration, requiring offerors to maintain their status throughout the contract term. Additionally, it addresses compliance with the Federal Acquisition Supply Chain Security Act, prohibiting the use of certain covered articles under government contracts. The overall aim is to ensure a standardized, transparent acquisition process while safeguarding government interests and legal requirements. This solicitation framework is instrumental in the context of federal RFPs and grants, promoting fair competition and resource management.
    The document outlines the General Clauses pertaining to the Acquisition of Leasehold Interests in Real Property, specifically under the GSA Template 3517B. It details various clauses related to lease agreements between the Lessor and the Government, covering definitions, subletting and assignment rights, maintenance requirements, payment terms, contractor conduct standards, and compliance obligations. Key provisions include guidelines for delivery and condition of leased premises, performance inspection rights for the Government, and payment procedures, including prompt payments and electronic fund transfers. It also highlights labor standards, cybersecurity requirements, and clauses pertinent to small business considerations. The document is structured as a comprehensive list of clauses with specific 48 CFR references, indicating their regulatory basis. Its primary purpose is to ensure clarity and compliance in lease agreements, enhancing accountability and operational efficiency within federal contracting frameworks. This includes safeguarding governmental interests and adherence to legal and ethical standards throughout the leasing process.
    The document is a proposal form (GSA FORM 1364WH) intended for lease space in response to a Request for Lease Proposals (RLP) by the federal government. It details the information required from offerors regarding the premises they propose to lease, including essential building details such as name, address, floor specifications, total rentable space, and loading dock configurations. The form also addresses financial aspects such as rent rates, tenant improvements, and amortization details. The lease terms and conditions section outlines the initial lease period, renewal options, and parking availability. Key elements include financial costs related to tenant improvements and building operation expenses. Specific sections require offerors to detail the property’s compliance with safety standards, such as seismic safety, asbestos presence, and fire/life safety requirements. Additionally, the proposal includes provisions for freestanding rent concessions and details on the offeror's certification alongside required attachments. This structured approach ensures that the government can effectively evaluate and compare proposals for the leasing of warehouse space, adhering to budgetary and regulatory constraints while providing the necessary services and facilities for government operations.
    The document is the Lessor's Annual Cost Statement used in federal lease proposals. Its primary purpose is to outline the estimated annual costs of services and utilities provided by the lessor as part of the rental consideration, as well as the ownership costs exclusive of capital charges. It includes detailed categories for various costs such as cleaning, heating, electric, plumbing, and maintenance services, with sections for calculating both the entire building and government-leased areas. The lessor must provide their best estimates for goods and services, assisting the General Services Administration (GSA) in determining fair market value for leased spaces. Additionally, the document contains instructions for completing each section, ensuring clarity in the financial reporting process. The final portion requires the lessor's certification of the information provided, verifying its accuracy and compliance with federal requirements. Overall, this form aids in transparent and standardized financial disclosures related to leased government properties.
    The document outlines the prelease fire protection and life safety evaluation requirements for warehouse buildings proposed for government leasing. It details the two parts of the evaluation: Part A, addressing smaller spaces (under 40,000 square feet or above ground floor), completed by the offeror or their representative; and Part B for larger spaces, requiring a professional engineer's report. Key elements include compliance with local building and fire codes, automatic fire suppression systems, storage configurations, means of egress, and fire alarm systems. The evaluation must identify potential fire risks and ensure adequate safety measures for protecting stored materials. Final assessments must include statements from the offeror and the fire protection engineer, outlining any deficiencies and corrective actions. The document emphasizes accurate completion of assessments for the leasing process, ensuring safety and compliance with established codes, thereby supporting proper monitoring within government contracted spaces.
    The document outlines the representation requirements pertaining to telecommunications and video surveillance services or equipment, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It instructs offerors—entities submitting proposals for government contracts—to disclose whether they provide or use covered telecommunications equipment or services that could compromise national security. Offerors must complete a series of representations to declare if they will or will not provide such equipment, along with further disclosures regarding the origin and description of any covered equipment or services. The guidelines specify exclusions for certain procurement processes and emphasize reviewing the System for Award Management (SAM) for compliance. The overall purpose centers on ensuring government contracts avoid associations with potentially insecure telecommunications technologies, reinforcing national security interests through direct accountability from vendors. Through these measures, the document aims to provide robust protections against vulnerabilities in federal telecommunications infrastructure.
    Similar Opportunities
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    Lease of Office Space within Silver Spring, MD
    Buyer not available
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlottesville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0782. The agency requires a minimum of 5,100 and a maximum of 6,180 ABOA square feet of contiguous office space, with a lease term of 10 years, including a 5-year firm term and a 5-year option term. This space is essential for accommodating federal operations and must meet specific government standards for safety, accessibility, and sustainability, while also ensuring compliance with co-housing restrictions and floodplain regulations. Interested offerors must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) by 4:00 PM EST on December 12, 2025, with occupancy anticipated in November 2027. For further inquiries, contact Nicholas Dippel at nicholas.dippel@gsa.gov or by phone at 267-496-5427.
    GSA seeks to stay in place if alternate not possible
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    VA HQ Vacant Retail Space
    Buyer not available
    The General Services Administration (GSA) is seeking expressions of interest from businesses to lease approximately 6,157 square feet of ground floor retail space at the Lafayette Building located at 811 Vermont Avenue NW, Washington, D.C. The GSA aims to enhance retail offerings in this historic urban setting, inviting proposals for retail food establishments and other retail uses, with the spaces being offered in "as is" condition as cold, dark shells. Interested firms must submit details including their company name, proposed use, operational experience, and contact information, with no brokerage fees applicable. The proposed lease term is five years, with a potential five-year renewal, and submissions are due by March 27, 2023, with project completion targeted for June 27, 2024. For further inquiries, interested parties can contact Kimberly Ashby at kimberly.ashby@gsa.gov or by phone at 202-710-9543.
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space at Metro III, located at 6525 Belcrest Road, Hyattsville, Maryland, for the Department of Defense (DOD). The procurement involves a sole-source succeeding lease for 9,885 ABOA SF/11,367 RSF of office space, with a firm term of 10 years and an option for a 5-year renewal, commencing January 1, 2023. This lease is critical for accommodating DOD operations, and the estimated total contract value for the 15-year term is $3,959,978.63. Interested parties can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Bryant F. Porter at bryant.porter@gsa.gov for further details.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 21,750 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 21,750 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347 for further details regarding this opportunity.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 16,950 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 16,950 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent provider. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347, or contact Maria Dent at maria.dent@gsa.gov for further inquiries.
    General Services Administration Office Space Santa Fe City in New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    The Government is seeking to lease office and related space in Kenilworth, NJ for a minimum of 17,994 ANSI/BOMA Office Area (ABOA) to a maximum of 18,894 ABOA square feet.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Kenilworth, NJ, with a requirement for a minimum of 17,994 ANSI/BOMA Office Area (ABOA) to a maximum of 18,894 ABOA square feet. This procurement is part of the GSA's efforts to secure suitable office facilities for federal operations, ensuring that the space meets specific standards and requirements. Interested parties must acknowledge receipt of Amendment No. 3 to Request for Lease Proposals (RLP) No. 7NJ2243 and submit the acknowledged copy with their Final Proposal Revisions by December 11, 2025, at 4:00 PM EST. For further inquiries, contact William Korchak at William.Korchak@am.jll.com or Gerrit Voogt at gerrit.voogt@gsa.gov.