The U.S. General Services Administration seeks to lease the following space in Washington, DC:
ID: 1DC2384Type: 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 U.S. General Services Administration (GSA) is seeking proposals to lease office space ranging from 74,075 to 78,648 ABOA square feet in Washington, DC, with a firm lease term of 15 years. The leased space must comply with ISC Level III security requirements, include specific building features such as a minimum ceiling height of 8’6”, and be located within a walkable distance to a Metrorail station. This opportunity is crucial for accommodating government operations while adhering to stringent safety, environmental, and accessibility standards. Interested offerors must submit their proposals by November 7, 2024, with occupancy anticipated around September 2026. For further inquiries, contact Bryant Porter at bryant.porter@gsa.gov or Emmett Miller at emmett.miller@gsa.gov.

    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 1DC2384 seeks proposals for leasing office space of 74,075 to 78,648 ABOA square feet in Washington, DC, with offers due by November 7, 2024. The lease term is set for 15 years, starting around October 1, 2026. The proposal mandates compliance with security requirements, specifically ISC Level III, and requires modern building features. Key considerations include location, neighborhood amenities, accessibility, and stringent environmental standards. Offerors must ensure that the proposed space is free of asbestos and meets energy efficiency standards following the Energy Independence and Security Act. The document outlines the evaluating criteria, the necessity for detailed and compliant submissions, and outlines various environmental and historical preservation requirements. Emphasis is on building quality, layout efficiency, and thorough documentation, as the award will be based on price and conformance to RLP specifications.
    The document outlines the lease agreement between a Lessor and the U.S. Government, represented by the General Services Administration (GSA), detailing the terms of a 15-year lease for designated premises to be used for various government purposes. Key components include the rental payment structure, responsibilities of both parties, conditions for tenant improvements, and provisions for adjustments in rent based on occupancy and taxes. The lease specifies the Government's rights to parking, building modifications, and the use of telecommunications equipment. It mandates compliance with regulations for construction standards, safety, and environmental practices. Additionally, it establishes procedures for addressing changes in ownership, tax adjustments, and services during the lease term. The document is structured with clear sections addressing the terms of the lease, including rent details, premises specifications, rights, and obligations, designed to ensure compliance and mutual understanding between the Lessor and the Government.
    Request for Lease Proposals (RLP) No. 1DC2384 involves a sensitive leasing opportunity from the General Services Administration (GSA). Offerors interested in submitting proposals must obtain additional sensitive documentation by contacting GSA’s Broker Representatives, Mett Miller and Bryant Porter, via email. The request for this information should include the subject line “Request for Exhibits 1DC2384.” Once the business need is authenticated, the Lease Contracting Officer’s designee will provide the necessary details in a separate attachment, which is not publicly available on SAM.gov. This process underlines the importance of securing sensitive government information while promoting transparency and accessibility for legitimate business inquiries related to government leases.
    This governmental document outlines Security Requirements for a Facility Security Level III lease. It specifies that additional security measures must be included in the Building Specific Amortized Capital (BSAC) and emphasized that each building's security needs will be tailored post-design phase. Key sections address security for facility entrances, lobby control, monitoring of critical areas, restrictions on access to non-public spaces, and requirements for visitor identification. The document mandates physical boundaries for access control, the use of screening equipment, such as magnetometers and X-ray machines, and detailed procedures for emergency scenarios. Enhanced protection measures cover areas like HVAC systems and windows to fortify against potential threats, including chemical, biological, and explosive risks. Moreover, the Lessor must maintain and test security systems, implementing measures that ensure continuous operation even during power outages. The legislation also addresses cybersecurity, prohibiting connections between building access systems and federal networks while encouraging protective measures. Overall, this comprehensive framework is designed to ensure the safety and security of government facilities and personnel while adhering to federal standards and protocols.
    The document outlines instructions and provisions for the acquisition of leasehold interests in real property by the government. It delineates terms for discussions, proposal submissions, amendments, and the evaluation process. Offerors must submit proposals in specified forms, ensuring they comply with all requirements, including deadlines and potential late submissions under certain conditions. The document specifies the obligation of offerors to register with the System for Award Management (SAM) and provides penalty details for failure to comply, including the rejection of their offers. Further, it emphasizes that the government seeks the proposal that offers the best value while retaining the right to reject any proposal for cost-related or substantive issues. The document also mandates that any data in proposals marked as confidential must be clearly indicated, and various compliance checks are emphasized, especially for significant contracts over $10 million, which require a preaward equal opportunity compliance evaluation. Lastly, it includes guidelines for facsimile proposals and provisions related to the Federal Acquisition Supply Chain Security Act, underscoring the importance of compliance and transparency in government contracts.
    The document outlines the General Clauses applicable to the Acquisition of Leasehold Interests in Real Property, detailing obligations, rights, and responsibilities of both the Government and Lessors. It comprises various categories including definitions, performance standards, payment terms, and compliance with laws. Each clause references specific guidelines from the General Services Administration (GSAR) and the Federal Acquisition Regulation (FAR), emphasizing aspects such as subletting, maintenance obligations, and the government’s right to inspect properties. Key points include that the Government may sublet parts of the premises but is not relieved of obligations; the Lessor must maintain the property in a tenantable condition; and the Government has rights to inspect the space regularly. Additionally, clauses require compliance with pertinent laws, procedures for alterations, and conditions for acceptance of the leased space. The document underscores the importance of prompt payment, ethical conduct, and the prohibition of contingent fees, further highlighting a structured approach to risk management and compliance within government leasing frameworks. The clauses collectively ensure proper governance in federal property leasing, aiming to safeguard public interests while outlining accountable conduct for contractors.
    The document outlines a proposal for leasing space in response to a Government Request for Lease Proposals (RLP). It contains specific sections detailing the premises being offered, including building descriptions, total rentable space, floodplain status, seismic safety, and accessibility standards. The proposal specifies tenant improvements, amortization terms, associated rental rates, and any additional financial aspects related to the lease, such as operating costs and adjustments for vacant premises. It seeks clarity on the parking situation and any additional rental concessions. Additionally, the proposal ensures compliance with all required lease terms, including environmental, fire safety, and energy efficiency standards. The document is structured to facilitate a government evaluation process, ensuring that all necessary information is presented for consideration, thereby demonstrating the offeror's capabilities and compliance with RLP requirements. Overall, the proposal aims to provide a detailed and structured leasing offer that meets government specifications while clearly outlining financial commitments and obligations.
    The Lessor's Annual Cost Statement is a document required for leases managed by the General Services Administration (GSA) that outlines the estimated annual costs associated with both services and utilities provided as part of rental agreements and ownership costs, excluding capital charges. The statement includes detailed sections for various expenses such as cleaning, heating, electrical, and maintenance services, which must be reported both for the entire building and the specific area leased by the government. It is crucial for assessing fair rental prices consistent with current market conditions. Users must complete the statement with accurate estimates for costs regarding utilities, salaries, supplies, and maintenance services, and must signify lessor certification to confirm the accuracy of the information provided. The document is structured into two primary sections: one for service estimates and another for ownership costs, ensuring comprehensive coverage of all potential expenses associated with leasing. All responses must conform to guidelines set forth in a Request for Lease Proposals (RLP), and adherence to established policy is necessary for processing. The document underscores GSA’s commitment to cost transparency and compliance in federal leasing practices.
    The document outlines the Fire Protection and Life Safety Evaluation requirements for office buildings as part of the General Services Administration (GSA) leasing process. It consists of two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, which must be evaluated by a licensed fire protection engineer. Both sections cover compliance with building and fire codes, emphasizing the necessity for automatic fire sprinkler and alarm systems, emergency lighting, and proper exit signs. Part A includes questions regarding building specifications, such as address, square footage, fire sprinkler installation, and fire alarm systems. In contrast, Part B demands a detailed narrative report assessing the building’s overall fire safety, documenting any deficiencies, and providing corrective recommendations. The report must also showcase the engineer's licensing credentials. The evaluation aims to ensure that all offered spaces meet stringent safety standards before government occupancy, reinforcing the importance of fire safety in federal building leasing processes.
    The Model Leasing Individual Subcontracting Plan outlines the requirements for contractors entering into federal leases with the General Services Administration (GSA). This plan mandates the creation of specific goals for subcontracting to small businesses throughout the lease term, addressing firm and non-firm periods, as well as any options. The document emphasizes the importance of maximizing opportunities for various small business categories, including veteran-owned and women-owned businesses. Lessor contractors must provide thorough market research and develop realistic subcontracting goals to ensure compliance with federal regulations. Key components include the need to categorize planned subcontracting spending and goals by business size and socio-economic statuses. Contracts exceeding defined thresholds necessitate a detailed subcontracting plan that becomes part of the lease agreement and is subject to federal oversight. The document also stipulates regular reporting requirements and outlines ways to increase small business participation in government contracts through outreach and market engagement. Ultimately, this structured approach reinforces the government's commitment to supporting small businesses in federal contracting and establishes clear expectations for lessors to adhere to these goals in their subcontracting practices.
    The document outlines the wage determination for building construction projects in the District of Columbia, governed by the Davis-Bacon Act and applicable Executive Orders. It specifies that contracts entered into on or after January 30, 2022, must pay workers a minimum wage of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless stated otherwise. The wage determination lists various construction classifications, including rates and fringe benefits for skilled trades like electricians, plumbers, and carpenters, and outlines requirements for paid sick leave under Executive Order 13706. This ensures fair compensation and worker protections for laborers involved in federal contracts. The document also delineates the appeals process for any wage determination disputes. This information is essential for contractors and government entities involved in federal RFPs and grants, ensuring compliance with labor standards and promoting equitable wages within the construction sector.
    The document outlines the requirements for a Foreign Ownership and Financing Representation concerning high-security leased space under the GSAR 552.270-33 clause, effective June 2021. It establishes definitions for terms such as "foreign entity," "foreign person," and "highest-level owner," indicating who must provide representations regarding ownership and financing structures tied to the lease. Offerors or Lessors are required to submit these representations with their proposals and annually thereafter, ensuring that the information accurately reflects any changes in ownership or financing during the preceding year. Key aspects of the representation include disclosures about immediate and highest-level owners, as well as details on whether they are foreign entities or persons and if financing involves foreign participants. Moreover, all required disclosures should be accurately filled to mitigate liability to the government arising from inaccurate information. The document emphasizes the importance of compliance in the context of federal contracting, particularly relating to national security interests. Overall, this clause aims to safeguard against potential risks associated with foreign ownership and financing in sensitive government leases.
    The document outlines a representation required from Offerors regarding the provision of certain telecommunications and video surveillance services or equipment in federal contracts. This is part of compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which prohibits the head of an executive agency from acquiring or extending contracts that involve covered telecommunications equipment or services deemed as essential components. The Offeror must declare whether they will or will not provide such equipment or services and must disclose details about the origin, description, and intended use of any covered telecommunications equipment if applicable. Additionally, the document instructs Offerors to check excluded parties in the System for Award Management (SAM) before proceeding. By enforcing these regulations, the government aims to mitigate risks associated with national security and ensure compliance within federal procurement practices.
    The Request for Lease Proposals (RLP) No. 1DC2384 outlines a process for vendors interested in leasing opportunities with the federal government, emphasizing that sensitive information is included and not available on SAM.gov. To obtain this sensitive documentation, prospective offerors must contact the GSA Broker Representatives, Mett Miller and Bryant Porter, via specific email addresses. After verifying the business need, the Lease Contracting Officer's designee will provide the requested information separately. This RLP highlights the confidentiality of certain documents and the procedural requirements for interested parties, reinforcing the importance of systematic communication and authentication in government contracting processes. The intent is to facilitate informed submissions while protecting sensitive information critical to the leasing process.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    U.S. Government General Services Administration (GSA) Seeks to Lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greenbelt, Maryland, with specific requirements for the space to meet government standards. The desired location must provide between 3,279 and 3,440 square feet of office space, including one reserved parking space, and must comply with fire safety, accessibility, seismic, and sustainability standards. This procurement is crucial for accommodating government operations, and interested parties should submit expressions of interest by October 24, 2024, with an estimated occupancy date of March 1, 2025. For further inquiries, contact Gregory Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space in Baltimore, MD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Baltimore, Maryland, with specific requirements outlined in a presolicitation notice. The desired space must range from 39,540 to 41,200 rentable square feet, distributed across a maximum of four floors, with at least 35,540 square feet contiguous on three consecutive floors, and located on the third floor or higher. This procurement is crucial as the government is exploring alternative office locations due to the impending expiration of its current lease, aiming to assess the cost-effectiveness of relocating. Interested parties must submit expressions of interest by October 25, 2024, including detailed documentation and drawings, with the anticipated occupancy date set for August 1, 2028. For further inquiries, contact Thea Konesavanh at thea.konesavanh@gsa.gov or 267-909-4628.
    General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Ellensburg, Washington, with a requirement for between 1,190 and 1,530 usable square feet in a modern office building. The lease will have a full term of 20 years, with a firm term of 10 years, and the space must comply with various federal standards, including fire safety, accessibility, and security requirements. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, particularly regarding sustainability and seismic safety. Interested parties must submit their proposals electronically by November 15, 2024, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or (253) 363-7022.
    The Government is seeking 6,886 ABOA SF of office and related space in Chicago/Lawndale, IL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Chicago, Illinois, specifically a minimum of 6,886 to a maximum of 7,230 ABOA square feet. The lease term is set for 15 years, with a firm commitment of 10 years, and the selected location must adhere to strict standards for fire safety, accessibility, seismic stability, and sustainability, while also being outside of floodplain areas. This procurement is crucial for providing government office space that meets operational needs, and interested lessors must submit their proposals electronically by November 7, 2024, via the Requirement Specific Acquisition Platform (RSAP). For further inquiries, potential bidders can contact Christy Sebring at Christy.j.Sebring@gsa.gov or by phone at 720-313-6958.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greensboro, North Carolina, with specific requirements for the facility. The GSA requires a minimum of 11,422 square feet and a maximum of 11,993 square feet of office and related space, with the lease term set for 15 years, including a firm term of 10 years. The selected space must meet various security and accessibility standards, including being located on the second floor or higher, having a loading dock, and not being in proximity to certain sensitive locations. Interested parties must submit their expressions of interest by October 24, 2024, with occupancy anticipated in November 2026. For further inquiries, contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space in Wilmington, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease approximately 38,118 ABOA square feet of office space in Wilmington, North Carolina, with a lease term of 15 years, including a firm term of 13 years. The procurement aims to secure a modern facility that meets specific requirements, including a minimum of 79 reserved parking spaces, adherence to security and environmental standards, and compliance with seismic safety regulations. This opportunity is crucial for providing government personnel with a secure and efficient workspace, reflecting the federal commitment to maintaining high operational standards. Proposals are due by November 15, 2024, and interested parties can contact Tim Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    Presolicitation Notice/Advertisement Chicago
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Chicago, Illinois, with specific requirements for the location and characteristics of the property. The GSA requires a minimum of 67,927 square feet and a maximum of 68,300 square feet of office space, with a full lease term of 15 years and a firm term of 10 years, including a tenant improvement allowance of $76.00 per square foot. The offered space must meet various government standards, including fire safety and accessibility, and cannot be located near residential units, daycare facilities, or foreign government offices. Interested parties should submit their expressions of interest by November 11, 2024, with occupancy anticipated by April 26, 2027. For further inquiries, contact Amanda Kruse at amanda.kruse@gsa.gov or John Boguslawski at john.boguslawski@gsa.gov.
    0OH2356 U.S. Government seeks office space in Columbus, OH
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Columbus, Ohio, with a requirement for a space ranging from 13,758 to 14,446 square feet. The GSA emphasizes the need for a professional office environment located in a prime commercial district, avoiding proximity to residential areas and establishments related to alcohol or firearms, while ensuring compliance with government accessibility and safety standards. Interested parties must submit expressions of interest by October 24, 2024, with an anticipated occupancy date of June 1, 2028. For further inquiries, contact Lauren Calamari at lauren.calamari@gsa.gov or 312-420-3221.