3DC0687 - General Services Administration Seeks to lease the following:
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
U.S. GOVERNMENT
Project Number: 3DC0687
General Services Administration (GSA) seeks to lease the following space:
City/State:
Washington, DC
Delineated Area:
Washington, DC
Minimum Sq. Ft. (ABOA):
19,212
Maximum Sq. Ft. (ABOA):
21,133
Space Type:
Office
Parking Spaces (Total):
NA
Parking Spaces (Surface):
NA
Parking Spaces (Structured):
NA
Parking Spaces (Reserved):
NA
Full Term:
10 years
Firm Term:
10 years
Option Term:
(1) 5 year
Additional Requirements:
[0] Not applicable
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease required. Offered space shall not be in the 1-percent-annual chance/0.2-percent-annual chance floodplain (formerly referred to as “100-year”/“500-Year” floodplain).
Subleases will not be considered
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.
The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC, that will be expiring. The Government is considering alternative space if economically advantageous. 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.
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.
Expressions of interest should include the following information at a minimum:
- Building name, address, and age;
- Location of space in the building and date of availability;
- Rentable square feet (RSF) offered and rate per RSF;
- ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance of $58.956/USF and a Building Specific Amortized Capital (BSAC) Allowance of $20.00/USF, meeting GSA’s standard building shell requirements;
- Name, address, telephone number, and email address of authorized contact;
- Scaled floor plans (as-built) identifying offered space;
- Information on project and building ownership.
Expressions of Interest Due:
January 16, 2026
Market Survey (Estimated):
February 2026
Occupancy (Estimated):
April 2026
Send Expressions of Interest to:
Name/Title:
Jason R. Adams / Lease Contracting Officer
Email Address:
jason.adams@gsa.gov
Government Contact Information
Lease Contracting Officer
Jason.Adams@gsa.gov
Leasing Specialist
Michael.Beard@gsa.gov