General Services Administration (GSA) seeks to lease the following space on the grounds of 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
Oct 4, 2024, 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.

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:

  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: 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

People

Points of Contact

Robert BruntonPRIMARY

Files

Files

No files attached to this opportunity

Versions

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