U.S Government Seeks to Lease Office and Related Space in Washington, DC
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.
General Services Administration (GSA) seeks to lease the following space:
City / State: Washington, District of Columbia
Delineated Area: Washington, DC Central Employment Area
Minimum Sq. Ft. (ABOA): 79,701
Maximum Sq. Ft. (RSF): 92,199
Space Type: Office and related space
Parking Spaces (Total): 7 reserved spaces for Official Government Vehicles
Parking Spaces (Reserved): 7 reserved spaces for Official Government Vehicles to be included in the rental consideration
Full Term: 20 years
Firm Term: 15 years
Option Term: N/A
Additional Requirements:
- The offered building must have the ability to accommodate ISC Level III Security Requirements.
- The offered space must be contiguous and accommodated in no more than one (1) building. To qualify as one (1) building, offered space must be owned by a single owner and the structure(s) must be connected by a common first floor lobby.
- The offered building must be within 2,640 walkable linear feet of an existing Metrorail station.
- The offered space must have a minimum finished ceiling height of 8’6” clear.
- The offered space must be located at or above ground level.
- The Government requires a maximum of 2,000 RSF on the lobby floor for screening
Offered buildings must be able to meet all Government requirements contained in Prospectus PDC-03-WA23 and the to-be-issued RLP/Lease, including but not limited to requirements for fire-safety, amenities, seismic, sustainability, and handicapped access in accordance with ABAAS guidelines. 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).
The U.S. Government currently occupies office and related space in a building under lease in Washington, DC that will be expiring. The Government intends to supersede this lease, but will consider 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 and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease expiration.
The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements.
Not all minimum requirements are reflected in this advertisement.
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.
Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.
The General Services Administration (GSA) is using a tenant broker to represent the Government in this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any federal agency other than the authorized offices and employees of the GSA or their authorized representative, CBRE, Inc.
Expressions of interest should include the following information at a minimum:
1. Building name, address, and age;
2. Location of space in the building and date of availability;
3. Rentable square feet (RSF) offered and rate per RSF;
4. 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 for alternative locations and $15.00/USF for the incumbent location, and a Building Specific Amortized Capital Allowance of $25.00/USF for alternative locations and $0.00/USF for the incumbent location, meeting GSA’s standard building shell requirements. The Government may elect to reduce or remove the allowances above;
5. Name, address, telephone number, and email address of authorized contact;
6. Scaled floor plans (as-built) identifying offered space;
7. Information on project and building ownership.
Projected Dates:
Expressions of Interest Due: July 25, 2023, 3:00 pm
Market Survey (Estimated): August 2023
Offers Due (Estimated): October 2023
Occupancy (Estimated): No later than June 30, 2025
Send Expressions of Interest to:
Name/Title: CBRE, Inc
ATTN: Richard Downey / Sarah Pollack
Email Address: richard.downey@gsa.gov / sarah.pollack@gsa.gov
Government Contact Information
Lease Contracting Officer: Brandon Rowe
Leasing Specialist: Kyle Brock
Broker: Richard Downey / Sarah Pollack CBRE, Inc.