General Services Administration (GSA) seeks to lease space in Fort Myers, FL
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.
General Services Administration (GSA) seeks to lease the following space:
State: Florida
City: Fort Myers
Delineated Area:
Northern Boundary – Edison Ave, East to West is from Metro Parkway to Treeline Ave
Southern Boundary – Alico Rd, East to West is from Metro Parkway to Treeline Ave
Eastern Boundary – Treeline Ave, North to South is from Dr Martin Luther King to Alico Rd
Western Boundary – Metro Parkway, North to South is from Edison Ave to South Tamiami Trail
Minimum Sq. Ft. (ABOA):
30,461
Maximum Sq. Ft. (ABOA):
31,984
Space Type: Office
Parking Spaces (Total): 150 parking spaces must be available on-site for government vehicles (secured and surface per breakdown below)
Parking Spaces (Surface): 100(outside)
Parking Spaces (Structured): 50 (inside or fenced)
Full Term (months ): 240
Firm Term(months): 180
Option Term:none
Additional Requirements :
The awarded location will be occupied by a law enforcement
agency with Level III security requirements as defined by the
latest ISC pronouncement. Each offered location will be
assessed by Agency security personnel and site specific
security requirements may be developed to be included with
any offer for that location.
Offered space must be continguous, and must be located on
not more than two (2) contiguous floors. Ground floor or lower
floors are preferred.
If offered space is above ground floor, there will need to be a
designated elevator for Government use only.
The following special requirements will apply for this
solicitation 1) If offering is a multi-floor building, a minimum of
3,500 sf (for sally port) and 1,050 sf (processing area) ground
floor space is necessary for detainee processing 2) Proposed
building and site layout must have the ability to provide or
construct an enclosed, secure "sally port", used for detainee
transportation. Sally port must have dedicated entrance into
ground floor space (mentioned in item 1), 3) If offering is a
multi-tenant building, a dedicated elevator is required for
agency use. 4) Space must be in contiguous layout, and on
contiguous floors if offering is multi-floor 3) 4) minimum of 20'
setback measured from building facade to any point of
vehicular access is required and shall have the ability to
secure with physical restraints such as bollards, fences, or
walls.
A total of 150 parking spaces comprised of 100 surface and
50 secured parking spaces that must be available on-site and
directly accessible to the government controlled space.
Including in the total parking required are spaces for
approximately 2 oversized vehichles requiring minimum 10’
clearance and up to 30’ long spaces.
Must be able to provide a secondary emergency exit off of the
property.
The Government shall have access to the space 24 hours a
day, 7 days a week, and 365 days a year.
Agency cannot be collocated with other Federal, State, local
government agencies or private firms who provide daycare
services, abortion services, mental health services, drug
rehabilitations services, probation services, public defender
services, and/or social services.
Offered building must not be within 1,000 linear feet,
measured linearly from property line to
property line front door to front door, of schools, daycares,
churches, residential areas, correctional
facilities, mental health or drug treatment
facilities, or areas of high risk.
Agency will not be within 1,000 linear feet to bars, marijuana
dispensaries, liquor stores.
For safety and compliance, there must be a secondary
emergency exit from the property in addition to the primary
one. To ensure optimal evacuation routes, the secondary
exit should be located on a different side of the property
from the primary exit.
Offered space must meet Government requirements for fire safety, accessibility,
seismic, and sustainability standards per the terms of the Lease. A fully serviced
lease is required. Offered space shall not be in the 100 year flood plain.
Expressions of Interest must include the following:
1) Building name & address.
2) Contact information and e-mail address of Offeror’s Representative.
3) ABOA and rentable square feet available (identifying the specific floors and square footage on each)
4) Asking rental rent
5) Floor Plan or Building Flyer
6) Date building will be ready for commencement of tenant improvements.
7) Offeror’s name and address, and a written statement from Building Owner identifying Offeror’s representative and granting authority to provide information on the property.
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/FARCase-
2019-009/889_Part_B.
Market Survey (Estimated): TBD
Occupancy (Estimated): April 2026
Send Expressions of Interest to:
Name/Title: Melissa Hein
Phone:
212-326-1064
Email Address:
Melissa.Hein@gsa.gov
Government Contact Information
Lease Contracting Officer (LCO):
Alanna B. Fitzpatrick
Email Address: alanna.fitzpatrick@gsa.gov