Minimum of 18,884 BUSF not to exceed 20,000 BUSF
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.
Quick Summary
The Court Services And Offender Supervision Agency For The District Of Columbia (CSOSA), through the GSA, is soliciting proposals for a lease of 18,884 to 20,000 ABOA square feet of contiguous office space in Washington, DC. This Request for Lease Proposals (RLP) seeks a modern, high-quality building with specific site and amenity requirements. Offers are due by April 20, 2026.
Scope of Work
The Government requires a minimum of 18,884 to a maximum of 20,000 ABOA SF of contiguous space. The building must be of modern, sound construction with specific facade materials, and if not new, must have undergone modernization. Key requirements include:
- Site Features: 36 reserved, secured, and lit surface/outside parking spaces (cost included in rent), fenced parking, a delineated pedestrian route, adequate loading dock, and card/key controlled elevator access. Potential for roof space for antennas.
- Location & Amenities: Space must be within a defined area in Washington, DC, in a professional office/business park setting. It must offer walkable amenities (restaurants, retail, banks) and transit accessibility (subway, light rail, or bus rapid transit within 2,640 feet).
- Building Standards: Compliance with seismic safety, asbestos-free conditions, accessibility, fire protection, life safety, energy efficiency (ENERGY STAR), environmental (Phase I ESA), and National Historic Preservation Act (NHPA) standards.
- Internal Layout: A detailed Program of Requirements (POR) specifies needs for staff offices, administrative support, and special spaces like conference rooms, offender group rooms, and wellness areas.
Contract & Timeline
- Type: Request for Lease Proposals (RLP) / Solicitation
- Lease Term: 20 Years, with 15 Years Firm, and Government termination rights with 12 months' prior written notice. A 1, 5-year option term is possible.
- Utilities: The lease will be "net of utilities," meaning the Government will pay for specific utilities directly. The Lessor must provide separately metered utilities and install meters as part of the shell rent.
- Estimated Costs: Bidders should be aware of estimated costs for security systems ($700k), IT & Telecom ($3.2M), move costs ($40k), and furnishings ($444k), totaling a minimum of $4,384,000 for certain baseline items.
- NAICS Code: 531120 (Exception) - Lease/Rental Of Office Buildings.
- Offer Due Date: April 20, 2026.
- Published Date: March 18, 2026.
Submission & Evaluation
Proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) at leasing.gsa.gov. Offerors must use prescribed Government forms, including GSA Form 1364 "Proposal to Lease Space," GSA Form 1217 "Lessor's Annual Cost Statement," and FPLS Prelease Evaluation Form 12000. The Government intends to award a lease to the responsible offeror whose proposal represents the best value, based on a tradeoff between price and technical factors. SAM registration and Unique Entity Identifier (UEI) are required.
Additional Notes
While no specific set-aside is designated, the solicitation mentions small business information and HUBZone price evaluation preferences.