Redacted Justification in North Charleston, SC: Solicitation No. 0SC2088-2
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), specifically the PUBLIC BUILDINGS SERVICE, has issued a Justification for Other Than Full and Open Competition to extend a lease for Internal Revenue Service (IRS) office space in North Charleston, SC. This justification supports negotiating a succeeding lease with the incumbent lessor for 9,857 ANSI/BOMA occupancy area square feet / 11,434 rentable square feet at 440 Leed Avenue. The current lease expires on October 31, 2026, and the new lease is set to commence on November 1, 2026.
Scope of Requirement
The requirement is for continued occupancy of the existing IRS office space. The new lease will be for a 10-year term, with 5 years firm, starting November 1, 2026. The agency has requested only paint and carpet refresh to its existing space.
Contract Details
- Type: Justification for Other Than Full and Open Competition (Lease Extension)
- Product/Service Code: X1AA (Lease/Rental Of Office Buildings)
- Period of Performance: 10 years (5 years firm), commencing November 1, 2026
- Place of Performance: North Charleston, SC 29405
- Set-Aside: Not applicable, as this is a justification for an incumbent lease extension.
Justification & Evaluation
This document is a justification, not a solicitation for proposals. The statutory authority cited is 41 U.S.C. 3304(a)(1), implemented through GSAR 570.402. The rationale is based on the potential for substantial duplication of costs to the Government if a new lessor were selected. A cost-benefit analysis indicated that relocating the office would exceed the cost of remaining at the current leased location.
Additional Notes
Market research was conducted using CoStar, and an advertisement was placed on SAM.gov. The incumbent lessor's performance has met Government expectations, and no other source has expressed written interest. The Government Contracting Officer certifies that the award is in the Government's best interest.
Contact Information
- Primary: Brad Seifert (bradford.seifert@gsa.gov, 202-652-4192)
- Secondary: Hunter Powell (hunter.powell@gsa.gov, 504-301-7139)