General Services Administration (GSA) seeks to lease the following space in Panama City, 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.
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Florida
City: Panama City
Delineated Area: North: Baldwin Road, East: SR 77 / North Cove Boulevard, South: US 98 / 15th Street, West: SR 390 / Beck Avenue
Minimum Sq. Ft. (ABOA): 4,176
Maximum Sq. Ft. (ABOA): 4,176
Space Type: Office
Parking Spaces (Total): Per local code
Parking Spaces (Unreserved): 0
Parking Spaces (Reserved): 7
Full Term: 15 years
Firm Term: 10 years
Option Term: N/A
Additional Requirements: Offered buildings must meet certain base building requirements, including but not limited to the following:
- Offered space must be contiguous in one suite and above grade.
- Offered space must be on the 2nd floor or higher.
The Government currently occupies office and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements including, but not limited to, fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. Offered space shall not be in the 100-year flood plain. Offerors shall be responsible for providing a standard GSA warm lit shell.
The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime.
The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements.
Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner.
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/FAR-Case-2019-009/889_Part_B.
Expressions of Interest should include the following:
1) Building name & address;
2) Contact information and e-mail address of Lessor’s Representative;
3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);
4) Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a tenant improvement allowance of $47.26/ABOA SF;
5) A description of additional tenant concessions offered, if any;
6) Date building will be ready for commencement of tenant improvements; and
7) Evidence that the offered space will meet the other specific requirements identified herein.
8) Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property.
Expressions of Interest Due: November 18, 2021, no later than 4:00 PM Eastern
Market Survey (Estimated): December 2021
Initial Offers Due (Estimated): February 2022
Occupancy (Estimated): March 2023
Send Expressions of Interest to:
Name/Title: Bryant Porter, Associate Director, Savills Inc.
Address: 1201 F Street, NW, Suite 500, Washington, DC 20004
Office: 202-624-8515
Email Address: bryant.porter@gsa.gov
Government Contacts
Lease Contracting Officer: Milagros Toro
Brokers: Bryant Porter