General Services Administration (GSA) seeks to lease the following space near Dulles International Airport

SOL #: 2VA0915Sources Sought

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R00 CENTER FOR BROKER SERVICES
WASHINGTON, DC, 20405, United States

Place of Performance

VA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 16, 2023
2
Last Updated
Mar 19, 2025
3
Response Deadline
Apr 4, 2025, 8:00 PM

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: Virginia

City: See delineated area

Delineated Area:

Beginning at the intersection of Leesburg Pike (Rte 7) and Loudoun County Parkway (Rte 607)(POB); 

• S on Rte 607 to Braddock Road (Rte 620);

• SE on Rte 620 to Walney Road (Rte 657);

• N on Rte 657 to Elden Street;

• N on Elden Street to Monroe Street;

• N on Monroe Street to Park Avenue;

• N on Park Avenue to Dranesville Road (Rte 228);

• N on Rte 228 to Rte 7;

• NW on Rte 7 to POB

Minimum Sq. Ft. (ABOA): 43,630

Maximum Sq. Ft. (ABOA): 45,811[RB1] 

Space Type: Warehouse/Flex/Office

Parking Spaces (Total): See below

Parking Spaces (Surface): See below

Parking Spaces (Structured): See below

Parking Spaces (Reserved): See below

Full Term: 20 years

Firm Term: 20 years

Option Term: N/Ap

Additional Requirements: See below

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 floodplain (formerly referred to as “100-year” floodplain).

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.

Unique 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
  • Total Space – 43,630 ABOASF (fully conditioned)
  • Approximately 34,300 USF of the overall space shall be constructed as warehouse space allowing for clear ceiling height of 25’ with high pile storage of 20’
    • Building utilities should support ESFR sprinkler system
    • Power supply to support typical warehouse electrical needs
    • 24-hour HVAC system for the warehouse and the CER room
  • Remaining space is office-like and can be, but is not required to be, stacked mezzanine style
  • Overall building configuration preference is a 2:1 length/width ratio
  • Approximately 4-6 dock high bays – with tractor trailer (53’) delivery capability
  • 1 drive-in bay
  • A total of 15 surface parking spaces for official government vehicles plus parking to satisfy up to an additional 62 employee vehicles
  • 4 "lay-down" spaces of 40' L by a typical tractor trailer width
  • Outdoor space for 8 secured containers (8'W x 12'L x 8'H)
  • Lease will be subject to ISC Facility Security Level 3 standards
  • Preference for 12-inch CMU or concrete exterior construction of the warehouse portion of the building envelope

Responses must be submitted in writing and must include the following:

  1. Name and contact information for company representative(s) including: telephone numbers and E-mail addresses
  2. Estimated rental rate projections for the 20-year firm term, inclusive of a tenant improvement allowance of $63.87 per ABOASF and a BSAC allowance of $25.00 per ABOASF, but exclusive of any potential ground rent or lot preparation costs at this time.
  3. Any additional materials

Any costs associated with a response, or any follow up information requests are solely at the interested vendor’s expense. 

Expressions of Interest Due: April 4, 2025

Market Survey (Estimated): April 2025

Occupancy (Estimated): Winter 2027

Send Expressions of Interest to: 

Name/Title: Robert Brunton, Executive Managing Director, Savills Inc.

1201 F Street NW, Suite 500, Washington, DC 20004

Email Address: robert.brunton@gsa.gov

Government Contact Information

Lease Contracting Officer: Santoni Graham

Leasing Specialist: Felicia Hammond

Broker: Robert Brunton

People

Points of Contact

Robert BruntonPRIMARY

Files

Files

Download

Versions

Version 3Viewing
Sources Sought
Posted: Mar 19, 2025
Version 2
Sources Sought
Posted: Sep 23, 2024
View
Version 1
Sources Sought
Posted: Oct 16, 2023
View
General Services Administration (GSA) seeks to lease the following space near Dulles International Airport | GovScope