Minimum of 18,884 BUSF not to exceed 20,000 BUSF

SOL #: CSOSA-L-26-0001Solicitation

Overview

Buyer

Court Services And Offender Supervision Agency For The District Of Columbia
Court Services And Offender Supervision Agency
COURT SERVICES OFFENDER SUPV AGCY
WASHINGTON, DC, 20004, United States

Place of Performance

Washington, DC

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 25, 2026, 9:00 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.

Quick Summary

The Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for a lease of 18,884 to 20,000 ABOA square feet of office space in Washington, DC. This Request for Lease Proposals (RLP) seeks a modern, quality building to accommodate CSOSA's operational needs. Proposals are due by April 25, 2026, at 5 PM EST.

Scope of Work

CSOSA requires a minimum of 18,884 to a maximum of 20,000 ABOA square feet of contiguous space. The building must be of modern, sound construction with an acceptable facade, or have undergone modernization/adaptive reuse. Key requirements include:

  • Parking: 36 reserved, secured, and lit surface/outside parking spaces, with costs included in the rental consideration.
  • Building Features: Fenced parking, delineated pedestrian routes, adequate loading dock, and card/key controlled elevator access (if co-locating with other tenants).
  • Amenities: Proximity to employee services (restaurants, retail, banks) and public transit (subway, light rail, or bus rapid transit within 2,640 feet).
  • Technical Standards: Compliance with seismic safety, asbestos requirements, ENERGY STAR® energy efficiency, accessibility, fire protection, and life safety standards.
  • Environmental: Due diligence including Phase I Environmental Site Assessment (ESA) and compliance with NEPA and NHPA.
  • Utilities: This is a hybrid lease, net of utilities and janitorial services. Offerors must adhere to specific requirements for separate metering, HVAC controls, and building automation systems if utilities are excluded from base rent.

Location

The required space must be within a delineated area bounded by:

  • North: North Capitol Street NW
  • South: Edgewood Street NW to Franklin Street NW
  • East: 9th Street NE
  • West: Florida Avenue NE to North Capitol Street NW

Contract & Timeline

  • Type: 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. An optional 5-year renewal term may be included.
  • Set-Aside: Open competition; small business size standards apply for NAICS Code 531120 (Lessors of nonresidential Buildings).
  • Proposals Due: April 25, 2026, by 5 PM EST.
  • Published Date: April 9, 2026.

Evaluation & Submission

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. Offerors must submit proposals online via RSAP or via email to Tiffany.deLisio@csosa.gov, or by mail/hand-delivery. Required forms include GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), and GSA Form 12000 (FPLS Prelease Evaluation Form). Rep and relocation costs will be considered part of the rent offer. Offerors must be registered in SAM.gov.

Key Attachments

Bidders should review attached documents, including:

  • EXHIBIT B - Program of Requirements: Details space allocation and facility requirements.
  • EXHIBIT H - Net Utilities: Specific clauses for utilities and janitorial services.
  • EXHIBIT E - General Clauses: Comprehensive terms and conditions for the lease.
  • EXHIBIT J - REP and RELOC estimates: Provides estimated costs for security systems, IT/Telecom, move costs, and furniture, totaling a minimum of $4.384 million.

Contacts

People

Points of Contact

Tiffany de LisioPRIMARY
Elijah AndersonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 9, 2026
Version 2
Solicitation
Posted: Mar 19, 2026
View
Version 1
Solicitation
Posted: Mar 18, 2026
View