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) 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 features and compliance standards. Proposals are due by April 20, 2026, 5 PM EST.
Scope of Work
CSOSA requires a minimum of 18,884 to a maximum of 20,000 ABOA SF of contiguous space within a defined Area of Consideration in Washington, DC. The space must be in a modern building of sound construction, with specific facade materials, or a modernized existing building. Key requirements include:
- Parking: 36 reserved, secured, and lit surface/outside parking spaces.
- Building Features: Fenced parking, delineated pedestrian route from parking to entrance, adequate loading dock, and card/key controlled elevator access when co-locating with other tenants.
- Compliance: The offered space must meet seismic safety standards, asbestos requirements, energy efficiency standards (ENERGY STAR® preferred), accessibility standards, and fire protection/life safety requirements. A Phase I Environmental Site Assessment (ESA) and compliance with Section 106 of the National Historic Preservation Act are also required.
- Utilities: The lease will be a Hybrid Lease net of utilities and janitorial services, requiring separate metering for utilities paid directly by the Government.
- Program of Requirements: Detailed specifications for staff offices, administrative support, and special spaces (e.g., conference rooms, offender group rooms, client waiting areas) are provided in Exhibit B, outlining square footage, finishes, and infrastructure needs.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Lease Proposals - RLP)
- Lease Term: 20 Years, with a 15-Year Firm term. The Government retains termination rights after the Firm Term with 12 months' prior written notice.
- Set-Aside: No specific set-aside. However, HUBZone small business concerns may waive price evaluation preference.
- NAICS Code: 531120 (Lease/Rental Of Office Buildings)
- Response Due: April 20, 2026, 5 PM EST
- Published Date: March 18, 2026
Submission & Evaluation
- Submission Method: Proposals can be submitted online via RSAP or through traditional methods (email to TIFFANY.DELISIO@CSOSA.GOV or mail/hand-delivery).
- Required Forms: Offerors must use prescribed Government forms, including GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). The FPLS Prelease Evaluation Form 12000 is also required for safety compliance.
- Evaluation Criteria: Award will be made to the responsible Offeror whose proposal conforms to requirements and is the lowest priced technically acceptable offer, utilizing a Present Value Price Evaluation.
- Estimated Costs: Exhibit J provides estimated costs for "REP and RELOC baseline" items, totaling a minimum of $4,384,000, which includes security systems, IT & Telecom, move costs, and furnishings.
Contact Information
- Primary Contact: Tiffany de Lisio, Tiffany.deLisio@csosa.gov, 202-220-5788
- Secondary Contact: Elijah Anderson, Elijah.Anderson@csosa.gov, 202-220-5795