General Services Administration (GSA) seeks to lease the following space on the grounds of Dulles International Airport
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.
Previous Request for Information (“RFI”) respondents are not required to respond with answers to the above noted questions, but must affirm their continued interest.
State: Virginia
City: Dulles International Airport (“IAD”)
Delineated Area: Dulles International Airport (“IAD”)
Minimum Sq. Ft. (ABOA): 46,713
Maximum Sq. Ft. (ABOA): 49,048
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 - 46,713 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’
- 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 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 56 employee vehicles
- 4 "lay-down" spaces of 40' L by a typical tractor trailer width
- Outdoor space for 15-20 secured containers on the secure side (8'W x 12'L x 8'H)
- Lease will be subject to ISC Facility Security Level 3 standards
- Subject to a pending procurement, the chosen Offeror will be required to exercise a ground lease contract with the Metropolitan Washington Airport Authority (“MWAA”).
- Exterior construction of the warehouse position of the building envelops need to be 12-inch CMU, or Concrete
- 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
Responses must be submitted in writing and must include the following:
- Name and contact information for company representative(s) including: telephone numbers and E-mail addresses
- 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.
- 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: October 4, 2024
Market Survey (Estimated): N/Ap
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