U.S. Government Seeks to Lease Office and Related Space in Suburban Virginia
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.
The U.S. General Services Administration seeks to lease the following space:
State:Virginia
City: Arlington
Delineated Area: Suburban Virginia
Minimum Sq. Ft. (ABOA): 273,863
Maximum Sq. Ft. (ABOA): 274,252
Maximum Sq. Ft. (RSF): 313,595
Space Type: Office and Related Space
Parking Spaces (Total): N/A
Parking Spaces (Unreserved): N/A
Parking Spaces (Reserved): N/A
Full Term: 15 years
Firm Term: 15 years
Option Term: N/A
Additional Requirements:
- The offered building must have the ability to accommodate ISC Level IV Security Requirements.
- The offered space must be accommodated in no more than one (1) building.
- The offered building must be within 2,640 walkable linear feet of an existing Metrorail station.
The U.S. Government currently occupies office and related space in a building under a lease in Arlington, Virginia that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs and replication of tenant improvements, telecommunication infrastructure and non-productive agency downtime.
Offered space must be able to meet Government requirements contained in both Prospectus PVA-01-WA23 and in the RLP/Lease to be issued, including but not limited to requirements for fire and life safety, security, accessibility, seismic, energy and sustainability standards per the terms of the RLP and 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”.
Expressions of Interest must include the following for each offered block of space:
- Building name, address, and age;
- Location of space in the building and date space will be ready for commencement of tenant improvements;
- Rentable square feet (RSF) offered and rate per RSF;
- ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance of $58.956/USF and a Building Specific Amortized Capital (BSAC) Allowance of $35.00/USF, meeting GSA’s standard building shell requirements. The Government may elect to reduce or remove the allowances above;
- Name, address, telephone number, and email address of authorized contact;
- Scaled floor plans (as-built) identifying offered space;
- Information on project and building ownership; and
- A description of additional tenant concessions offered, if any.
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.
Expressions of Interest Due: October 23, 2025
Market Survey (Estimated): November 2025
Occupancy (Estimated): September 2027
Send Expressions of Interest to:
Name/Title: Richard Downey / Sarah Pollack
Address: CBRE, INC. – 1900 N Street, NW, Suite 700
Washington, DC 20036
Phone Number: (703) 625-7046 / (202) 783-1723
Email: richard.downey@gsa.gov / sarah.pollack@gsa.gov
Government Contact Information:
Lease Contracting Officer: Kevin Morrison
Brokers:
Richard Downey / Sarah Pollack - CBRE, INC.