General Services Administration (GSA) seeks to lease the following space:
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.
State: District of Columbia
City: Washington
Delineated Area: Central Employment Area (CEA) of the District of Columbia
Minimum Sq. Ft. (ABOA): 18,169
Maximum Sq. Ft. (ABOA): 19,077
Space Type: Office
Parking Spaces (Total): 16
Parking Spaces (Surface): To Code
Parking Spaces (Structured): 16
Parking Spaces (Reserved): 16
Full Term: 10 years
Firm Term: 5 years
Option Term: N/A
Additional Requirements:
- Offered space must be located above-grade and on a single floor.
- Ability to accommodate approximately 600 ABOASF of SCIF space.
- Offered building must have the ability to meet ISC Level IV security requirements.
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 1-percent-annual chance floodplains (formerly referred to as “100-year” floodplains).
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.
The U.S. Government currently occupies office and related space in a building under a lease in Washington, DC, that will be expiring on April 30, 2027. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative 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 telecommunication infrastructure, and non-productive agency downtime.
Expressions of Interest should include the following:
1) Building name and address;
2) Contact information and e-mail address of lessor’s representative;
3) A floor plan of the offered space, noting the ABOA and rentable square feet (RSF) available and its condition (shell, or built-out, and if so for whom);
4) Asking rental rate per ABOA and RSF for the Full Term, inclusive of a tenant improvement allowance (TIA) of $58.96/ABOA SF, a building specific amortized cost (BSAC) allowance of $35.00/ABOA SF, and meeting GSA’s standard warm-lit building shell requirements;
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 can be prepared with tenant improvement completion by April 30, 2027.
Expressions of Interest Due: April 14, 2025
Market Survey (Estimated): April/May 2025
Occupancy (Estimated): May 1, 2027
Send Expressions of Interest to:
Name/Title: Todd Valentine, Executive Managing Director, Savills Inc.
Phone: 202-624-8531
Email Address: todd.valentine@gsa.gov
And
Name/Title: Bryant Porter, Managing Director, Savills Inc.
Phone: 202-624-8515
Email Address: Bryant.porter@gsa.gov
Government Contact Information
Lease Contracting Officer: Maricarmen Medina
Leasing Specialist: Bettina Yeh
Broker: Todd Valentine and Bryant Porter