3GU0063-Solicitation to lease space in Barrigada, Guam
SOL #: 3GU0063Solicitation
Overview
Buyer
General Services Administration
Public Buildings Service
PBS R00 CENTER FOR BROKER SERVICES
WASHINGTON, DC, 20405, United States
Place of Performance
Barrigada, GU
NAICS
Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
PSC
Lease/Rental Of Office Buildings (X1AA)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
May 4, 2026
2
Last Updated
May 4, 2026
3
Submission Deadline
May 12, 2026, 2:00 AM
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.
Quick Summary
The General Services Administration (GSA), through its PUBLIC BUILDINGS SERVICE, is soliciting proposals to lease office and specialized space in Barrigada, Guam. This opportunity, identified as 3GU0063, seeks a fully serviced lease for approximately 8,837 to 9,000 ANSI/BOMA Occupant Area (ABOA) square feet. The space must accommodate various functions, including office, light industrial, and a helicopter hangar. Offers are due by May 12, 2026.
Opportunity Details
The U.S. Government requires a minimum of 8,837 ABOA SF and a maximum of 9,000 ABOA SF of contiguous space. This includes specific requirements for:
- Office Space: 2,074 sq. ft. with private offices, workstations, reception, and specific lighting/noise reduction.
- Specialty Spaces: 600 sq. ft. secured storage, 230 sq. ft. conference/training room, 250 sq. ft. break room, 60 sq. ft. data center, 400 sq. ft. unfinished storage, 2,000 sq. ft. light industrial space (for fabrication/welding), and a 700 sq. ft. helicopter hangar (climate-controlled with large roller door).
- Parking: 42 exclusive, secured, and lit surface/outside parking spaces for Government use, plus 50 employee and 2 visitor public parking spaces within a 1/2 mile walk (not included in rent).
- Building Standards: Modern, quality construction, ground floor required, compliance with fire safety, accessibility, seismic standards (RP 8, ASCE/SEI), sustainability (ENERGY STAR), and not in a 1-percent-annual chance floodplain.
Contract & Timeline
- Contract Type: Solicitation for a fully serviced lease.
- Lease Term: 20 Years total, with a 10-Year Firm Term. Government termination rights apply after the Firm Term with 90 days' notice.
- Estimated Occupancy: On or about February 1, 2027.
- Published Date: May 4, 2026.
Submission & Evaluation
- Submission Method: Electronically via the Requirement Specific Acquisition Platform (RSAP) at
https://lop.gsa.gov/rsap/orleasing.gsa.gov. Paper submissions will not be considered. - Evaluation Criteria: Award will be based on the lowest priced technically acceptable offer. Evaluation includes present value price analysis, considering rent, operating expenses, parking, and potential commission credits.
- Required Forms: Offerors must complete and submit GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), FPLS Prelease Evaluation Form 12000, and applicable Seismic Forms (A-F). Compliance with FAR 52.204-24 (telecommunications representation) is also required.
- Registration: Offerors must be registered in the System for Award Management (SAM) and provide their Unique Entity Identifier (UEI).
Key Requirements & Compliance
- Security: Facility Security Level I (FSL I) requirements apply, including access control, video surveillance systems (VSS), intrusion detection systems (IDS), and strict cybersecurity protocols for building automation control systems (BACS).
- Telecommunications: Compliance with Section 889 of the FY19 NDAA is mandatory, prohibiting the use of certain telecommunications and video surveillance equipment/services.
- Environmental: Buildings must generally have an ENERGY STAR® label within the most recent year prior to the due date.
- Set-Aside: None specified; however, small business size standard information is available, and there is potential for a HUBZone small business concern price preference waiver.
People
Points of Contact
Veronica R. MontoyaPRIMARY
Files
Versions
Version 2
Solicitation
Posted: May 4, 2026
Version 1Viewing
Solicitation
Posted: May 4, 2026