General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
ID: 2VA0898-3Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 OFFICE OF LEASINGWASHINGTON, 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 proposals for the lease of office and warehouse space under Solicitation No. 2VA0898, located in Chantilly, Virginia. The GSA requires between 6,000 and 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet, and specific features such as parking for two automobiles and at least one loading dock. This procurement is crucial for supporting government operations in close proximity to Dulles International Airport, ensuring compliance with federal regulations regarding accessibility, fire protection, and energy efficiency. Proposals are due by December 12, 2025, and interested parties should 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) Request for Lease Proposals (RLP) No. 2VA0898 seeks proposals for a warehouse lease in Chantilly, Virginia. The RLP outlines requirements for a minimum of 6,000 to a maximum of 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet. Key considerations include specific bay dimensions, parking for two automobiles, and at least one loading dock. Proposals are due by December 12, 2025, and will be evaluated based on price using the warehouse square foot method. The RLP details pricing terms, required submittals such as financial commitments and zoning evidence, and compliance with various federal regulations, including accessibility, fire protection, life safety, and energy efficiency (EISA). Offerors must submit proposals electronically through the Requirement Specific Acquisition Platform (RSAP).
    The General Services Administration (GSA) Public Buildings Service is seeking to lease 6,000 to 8,100 square feet of contiguous warehouse and office space in Chantilly, Virginia. The required space must have a 12-foot clear ceiling height for the warehouse area, a minimum of one loading bay, and meet all government standards for fire safety, accessibility, seismic, and sustainability. It must not be located in a 1-percent-annual chance floodplain. The lease term is 10 years firm, with a 5-year option. Existing buildings are preferred, with new construction considered only if it can meet the May 2026 occupancy date. Expressions of Interest, including building details, square footage, floor plans, ownership information, and contact details, are due by November 19, 2025, at 5:00 PM Eastern Time. Submissions should be sent to Brad Seifert and Hunter Powell, Broker Contractors.
    This government file outlines a warehouse lease agreement (GS-11P-LVAXXXXX) between a Lessor and the United States of America, represented by the General Services Administration (GSA). The lease term is for 10 years firm, with one 5-year renewal option. Key terms include provisions for rent, operating costs, tenant improvements, building-specific amortized capital (BSAC), and parking. The document details appurtenant rights such as parking, delivery routes, ramps, and telecommunications equipment space. It also specifies requirements for clear ceiling height, bay dimensions, and column spacing, and defines the premises as a certain rentable and ABOA square footage of warehouse space. Financial adjustments for real estate taxes and vacant premises are included, along with clauses for alterations, change of ownership, and various construction and maintenance standards. The file is a comprehensive template for a federal warehouse lease, ensuring compliance and clarity for both parties.
    This document outlines Level II Security Requirements for government facilities, detailing lessor obligations for federal, state, and local RFPs. Key areas include facility entrances, common areas, interior government spaces, and the building's exterior. It mandates specific security measures such as employee and visitor access control, securing critical areas with high-security locks, and controlling public restroom access. The document also covers landscaping, HAZMAT storage, and parking to enhance security. Crucially, it specifies the design, installation, and maintenance of security systems like Video Surveillance (VSS), Intrusion Detection (IDS), and Duress Alarms. Lessors must adhere to strict testing, maintenance, and cybersecurity protocols, including prohibitions on connecting building systems to federal IT networks and robust cyber protection measures. The document emphasizes cooperation with the Facility Security Committee and strict control over building information.
    The GSA Template 3516 outlines solicitation provisions for acquiring leasehold interests in real property, detailing instructions for offerors. It defines key terms like “discussions,” “in writing,” “proposal modification,” “proposal revision,” and “time.” The document specifies procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions and the acceptable evidence for mailing or receipt. It also addresses amendments, the handling of information given to prospective offerors, and the submission of proposals that deviate from stated requirements. Furthermore, the template includes restrictions on the disclosure and use of data within proposals, requiring specific legends for confidential information. It details the process for lease awards, emphasizing best value, the government's right to reject proposals, waive informalities, and conduct discussions within a competitive range. It also covers unbalanced pricing and post-award debriefing information. The document specifies who must sign the lease based on the lessor's entity type (individual, partnership, corporation, joint venture, or attorney/agent). It also incorporates provisions for serving protests, submitting facsimile proposals, and mandates registration in the System for Award Management (SAM) at the time of award, including unique entity identifier requirements. Finally, it incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA) regarding prohibited covered articles and sources, requiring offerors to represent compliance or disclose any non-compliance to the Government for waiver consideration.
    This government file, GSA Template 3517B, outlines the general clauses for the acquisition of leasehold interests in real property. It covers various categories including General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other clauses. Key provisions detail Lessor and Government obligations, default remedies, inspection rights, property maintenance, fire/casualty damage, compliance with law, alterations, and acceptance of space. Payment terms specify due dates and interest penalties. The document also incorporates numerous FAR and GSAR clauses by reference, addressing topics such as business ethics, anti-kickback procedures, drug-free workplace, equal opportunity, small business subcontracting, and extensive cybersecurity requirements including safeguarding information systems and prohibitions on certain hardware, software, and telecommunications equipment from specific entities like Kaspersky Lab and ByteDance, as well as adherence to Federal Acquisition Supply Chain Security Act orders. The overarching purpose is to establish a comprehensive framework for government real estate leases, ensuring compliance, performance, and security.
    The GSA Form 1364WH (REV 04/22) is a "Proposal to Lease Space" specifically for warehouse Request for Lease Proposals (RLP). It outlines the comprehensive details required from an offeror for leasing warehouse space to the U.S. government. The form is structured into four sections: Description of Premises, Space Offered and Rates, Lease Terms and Conditions, and Owner Identification and Certification. It collects detailed information about the building's physical characteristics, such as size, clear ceiling height, loading docks, and electrical specifications. Financial aspects, including tenant improvements, Building Specific Amortized Capital (BSAC), shell rent, operating costs, and parking, are thoroughly addressed. The document also covers lease terms, renewal options, commissions, and additional financial considerations like adjustments for vacant premises or reduced services. Finally, it requires owner identification, certifications regarding flood plains, seismic safety, historic preference, asbestos, fire/life safety, accessibility, ENERGY STAR® status, and an optional waiver for HUBZone small business concerns.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors to provide estimated annual costs for services, utilities, and ownership when leasing space to the U.S. General Services Administration (GSA). This form is part of the GSA's policy to ensure rental charges are consistent with prevailing market rates. It requires lessors to detail costs for cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous services for both the entire building and the government-leased area. Additionally, lessors must itemize ownership costs such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The document provides specific instructions on calculating rentable area and completing each section, emphasizing the importance of accurate cost estimations for the GSA's fair market value determination. Completion of this form, including lessor certification, is mandatory for government leasing actions.
    The GSA Form 12000-WH, issued May 5, 2014, outlines the "PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR A WAREHOUSE BUILDING." This form is mandatory for federal government lease proposals for warehouse spaces not exempt from GSA's fire protection and life safety review. It is divided into two parts based on the size and location of the offered space. Part A, for spaces above the ground floor or under 40,000 square feet, requires the Offeror to provide general building information, storage classifications, storage configurations, fire sprinkler system details, fire alarm system information, and means of egress. Part B, for spaces 40,000 square feet or greater, mandates a detailed narrative report from a licensed fire protection engineer, covering comprehensive building information, occupancy classifications, storage configurations, means of egress, automatic fire suppression systems, and fire alarm systems. Both parts emphasize compliance with the most recent building and fire codes, including NFPA 101 Life Safety Code, and require signed statements attesting to the accuracy of the information and commitment to rectify any deficiencies. The form ensures that leased warehouse spaces meet stringent fire protection and life safety standards.
    The document "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" outlines federal prohibitions on procuring or using telecommunications and video surveillance equipment or services from specific entities, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This provision, 52.204-24, requires offerors to disclose whether they will provide or use
    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.
    GSA seeking 89,595 - 92,310 ABOA in Chicago, IL - Leasing Portal (RLP 25REG05)
    Buyer not available
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Chicago, IL, with a minimum of 89,595 and a maximum of 92,310 ABOA square feet. The procurement aims to secure a location that meets specific requirements, including a loading dock, freight elevator access, and the capability to support specialized telecommunications infrastructure, among other unique agency needs. This opportunity is critical for accommodating government operations and ensuring compliance with federal standards for safety and efficiency. Interested offerors can submit proposals through the GSA Leasing Portal, with the open period for submissions running from the 1st to the 7th of each month, and should contact Colleen McGuigan at colleen.mcguigan@gsa.gov or 773-707-3182 for further details.
    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.
    Notice of Intent to Add a Renewal Option in Williston, VT
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and storage space in Williston, Vermont, with a minimum and maximum space requirement of 31,016 square feet. The procurement aims to secure a fully serviced lease that meets government standards for fire safety, accessibility, seismic, and sustainability, with a total of 41 surface parking spaces included in the offer. This opportunity is crucial for accommodating government operations within the delineated area of Williston, ensuring compliance with various regulatory requirements. Interested parties can reach out to Ryan O'Hagan at Ryan.Ohagan@gsa.gov or by phone at 617-283-4027 for further details regarding this presolicitation notice, which includes an option term of five years.
    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.