Redacted Justification in New Orleans, LA: Solicitation No. 2LA0291
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.
Quick Summary
The General Services Administration (GSA) has issued a Justification for Other Than Full and Open Competition (JOTFOC) for a succeeding lease of office space for the Office of United States Attorneys (USAO) in New Orleans, LA. This justification outlines GSA's intent to negotiate directly with the incumbent lessor to ensure continued occupancy, as the current lease expires on February 24, 2026. The new lease is planned to commence on February 25, 2026, for a 17-year term.
Scope of Requirement
The requirement is for 55,318 ABOA / 63,615 rentable square feet (RSF) of office and related space. The critical location requirement mandates the space be within four walkable blocks of the Hale Boggs Federal Building in New Orleans, LA. A specific delineated area is defined: North (Loyola Ave to Canal St.), East (Canal St. to Poydras St.), South (Poydras St. to St. Charles Ave.), and West (Howard Ave. to Lloyd Ave.).
Contract & Timeline
- Contract Type: Succeeding Lease (non-competitive, justified under 41 U.S.C. 3304(a)(1) and GSAR 570.402).
- Term: 17 years (15-year firm term).
- Commencement: February 25, 2026.
- Set-Aside: None specified.
- Estimated Cost: Rental rates are provided per RSF for different periods, but no total dollar amount is stated.
Justification & Market Research
The decision to negotiate with the incumbent lessor is based on avoiding substantial duplication of costs associated with moving and replicating specialized buildouts, including HVAC, conference rooms, and FSL level 3 security features. GSA conducted market research, including a 21-day advertisement on SAM.gov, CoStar searches, and broker conversations. This research identified only two properties meeting the strict location requirements, and the incumbent lessor was the sole entity to submit a formal expression of interest. A cost-benefit analysis confirmed that remaining with the incumbent is in the government's best interest.
Additional Notes
The incumbent lessor consistently maintains the property in Class A condition. GSA notes that there are no systemic barriers to competition for future acquisitions, and applicable regulations will be followed upon the next lease expiration.
Contact Information
For inquiries, contact Brad Seifert (bradford.seifert@gsa.gov, 202-652-4192) or Hunter Powell (hunter.powell@gsa.gov, 504-301-7139).