Lease of Office Space within Multiple Cities/Washington. Request for Lease Proposals (RLP) #26NAT01 - Office Space

SOL #: 6WA0547Combined Synopsis/Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS OFFICE OF LEASING
WASHINGTON, DC, 20405, United States

Place of Performance

Auburn, WA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 30, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
Jun 9, 2026, 12:00 AM

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.

Quick Summary

The General Services Administration (GSA), through its PBS Office of Leasing, is seeking competitive lease proposals for office space within the Seattle/Washington area under RLP #26NAT01. The requirement is for 3,962 to 4,160 ABOA square feet of move-in ready/second-generation space. Award will be made to the lowest-priced, technically acceptable offer without negotiations. Proposals are due by June 9, 2026.

Scope of Work

This opportunity is for the lease of office space in a delineated area within Washington State, specifically described by a route starting from I-405 and SR-167. The space must be Facility Security Level (FSL) II and offer transit accessibility within a 0.5-mile walkable radius. The required space breakdown includes:

  • Offices: Twelve (12) at 100 ABOA SF each, one (1) at 120 ABOA SF.
  • Workstations: Eight (8) at 42 ABOA SF each.
  • Support Spaces: One (1) conference room (300 ABOA), one (1) training room (300 ABOA), one (1) reception area (64 ABOA), one (1) server room (80 ABOA with 24/7 cooling), one (1) printer/copier/fax/mail room (80 ABOA), one (1) file room (100 ABOA), and one (1) break room (250 ABOA).
  • A 40% circulation factor is also required. The Government prefers move-in ready or second-generation space requiring minimal construction to reduce tenant improvement (TI) costs and support the post-award schedule.

Contract & Timeline

  • Contract Type: Request for Lease Proposals (RLP)
  • Lease Term: 15 years, with 13 years firm.
  • Amortization Term: 8 years for both Tenant Improvements (TI) and Building Specific Amortized Capital (BSAC).
  • Allowances: Agency TI Allowance of $64.85 per ABOA SF and BSAC of $12.00 per ABOA SF.
  • Set-Aside: None specified.
  • Response Due: June 9, 2026.
  • Published Date: April 30, 2026.
  • Post-Award Schedule: A critical 140-working day schedule from lease award to government acceptance is detailed in an attachment. This includes phases for design intent drawings, construction documents, pricing proposals, and construction completion.

Evaluation Factors

Award will be based on the lowest-priced, technically acceptable offer. Technical acceptability is paramount and requires:

  • Compliance: Adherence to all Federal, State, and Local jurisdiction requirements (fire/life safety, accessibility, seismic resilience, energy efficiency).
  • Post-Award Schedule: Offerors must take no exception to the 'AAAP Post Award Schedule' and demonstrate the ability to meet its deliverables and timeframes. This includes submitting a Schedule Feasibility Narrative and Evidence of Capability (identifying A/E and at least two General Contractors). Failure to meet these requirements may result in a "Technically Unacceptable" finding.
  • Space Condition: Offered space should be move-in ready/second-generation, requiring minimal construction.

Additional Notes

Offers must be submitted through the GSA Leasing Portal (https://leasing.gsa.gov) during the monthly open periods (1st-7th of each month). Offerors are encouraged to submit rates for all terms available in the RLP for future consideration. Existing systems furniture may be accepted by the Government at no additional cost, but is not a requirement for technical acceptability. SAM registration is required. Subleases will not be considered.

People

Points of Contact

Susan BaghdikianPRIMARY
Hannah PaceSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
View
Lease of Office Space within Multiple Cities/Washington. Request for Lease Proposals (RLP) #26NAT01 - Office Space | GovScope