US GOVERNMENT SEEKS TO LEASE SPACE IN CRESTWOOD, MO
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 General Services Administration (GSA), Public Buildings Service, is seeking to lease approximately 6,341 to 6,658 ABOA square feet of office space in Crestwood, Missouri. This Presolicitation opportunity requires a fully serviced, turnkey lease for a modern, quality building. Proposals are due electronically via RSAP by May 13, 2026, at 4:00 PM Local Central Time.
Scope of Work
GSA requires contiguous office space within the delineated area of Crestwood, MO (zip codes: 63122, 63119, 63109, 63139, 63116, 63163, 63158, 63118, 63111, 63125, 63123, 63126). The building must be of modern quality construction with permanent materials in good condition, or have undergone modernization if not new.
Key requirements include:
- Space Configuration: Open areas free of workflow obstructions, specific column spacing (at least 20 ft from structural walls, not exceeding 24 inches square), no interior ramps or steps. First-floor locations are preferred; upper-level spaces require a minimum of two accessible elevators.
- Location Amenities: Within two blocks of public transportation and one mile of restaurants/shopping, with direct access from primary/secondary streets.
- Parking: A minimum of 40 employee/customer parking spaces are required for the location, available onsite, at street level, or in commercial parking within two blocks.
- Building Systems: T1 availability, windows comprising 25-50% of exterior perimeter walls.
- Exclusions: Buildings containing warehouse, residential, or manufacturing facilities, or inappropriate co-tenants (e.g., law firms representing SSA claimants, retailers of alcohol/tobacco/firearms/explosives). Space must not be in a 100-year flood plain.
- Compliance: Strict adherence to fire safety, accessibility, seismic standards (requiring specific forms A-D), and sustainability standards (generally requiring an ENERGY STAR® label). Buildings must be free of asbestos-containing materials (ACM) or manage undamaged, nonfriable ACM. Offerors must also comply with telecommunications prohibitions under Section 889 of the FY19 NDAA.
Contract & Timeline
- Contract Type: Lease (Presolicitation)
- Lease Term: 10 Years, with a 5-Year Firm Term. The Government retains termination rights after the firm term with 90 days' notice. An option for one 5-year renewal may be available.
- Estimated Occupancy: August 1, 2026.
- Set-Aside: None specified.
- NAICS Code: 531120 (Exception).
Submission & Evaluation
Proposals must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP) at LEASING.GSA.GOV. Required forms include GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 1364 (Proposal to Lease Space), GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation), and applicable Seismic Forms. The award will be based on the lowest priced technically acceptable offer, utilizing a present value price evaluation methodology. Offerors must be registered in the System for Award Management (SAM) at the time of award and maintain registration.
Key Amendments
Amendment #3 (dated 2026-05-06) updated the required space details, clarified lease terms (10 years, 5 years firm), set the estimated occupancy date to August 1, 2026, and established the final submission deadline of May 13, 2026. It also mandated electronic submission via RSAP and replaced Exhibits D and E (Solicitation Provisions and General Clauses) with updated versions.
Contacts
For inquiries, contact Bruce Keyes at bruce.keyes@gsa.gov or 719-237-5740, or Val Carreno at valerie.h.carreno@gsa.gov or 816-728-2021.