2VA0922 Redacted Justification for Other Than Full Competition
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), Public Buildings Service, intends to negotiate a superseding lease for 54,553 Rentable Square Feet (RSF) of office and flex warehouse space with an incumbent lessor. This action is being pursued using Other Than Full and Open Competition to provide mission-critical specialized requirements for the Department of State (DOS), Bureau of Diplomatic Security (DS), and IT services for the Bureau of Information Resource Management (IRM).
Scope of Requirement
- Space: 54,553 RSF (yielding 54,553 Usable Square Feet) of office and flex warehouse space.
- Term: A 15-year firm term with a 5-year renewal option.
- Location: 7943-7959 Angus Court, Springfield, VA, 22153 (Northern Virginia submarket).
- Purpose: To provide strategic logistical support space for DS mission activities and IT services for IRM.
Contract Details
- Type: Justification for Other Than Full and Open Competition for a lease agreement.
- Period of Performance: Commences upon substantial completion of renovations or no later than May 31, 2025, for a 15-year firm term with a 5-year renewal option.
- Estimated Value: Not explicitly stated, but the document references a levelized rental rate per RSF deemed fair and reasonable and within market range.
Justification & Eligibility
This action is justified under statutory authority 41 U.S.C. 3304(a)(1) and GSAM 570.402-4 and 570.404. A move and relocation cost analysis determined that remaining at the existing leased location was the most economically advantageous option for the Government. Market research confirmed no immediate Federal vacant space could accommodate the requirement, and the incumbent lessor was the only responsive source to a prior presolicitation notice on SAM.gov.
Submission & Evaluation
This document is a Justification for Other Than Full and Open Competition and not a solicitation for proposals. The GSA has determined that the proposed rental rate is within the current market range and is fair and reasonable.
Contact Information
- Primary: Santoni W. Graham (santoni.graham@gsa.gov, 202-437-2103)
- Secondary: Brandon Hruska (brandon.hruska@gsa.gov, 202-322-8117)