Virginia Bids > Bid Detail

General Services Administration (GSA) seeks to lease space in Northern Virginia: Solicitation No. 1VA2307

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159296601536154
Posted Date: Apr 9, 2024
Due Date: Apr 15, 2024
Solicitation No: 1VA2307-1
Source: https://sam.gov/opp/c2cf4f5c5a...
Follow
General Services Administration (GSA) seeks to lease space in Northern Virginia: Solicitation No. 1VA2307
Active
Contract Opportunity
Notice ID
1VA2307-1
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R00 CENTER FOR BROKER SERVICES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 08, 2024 07:28 pm EDT
  • Original Published Date: Apr 05, 2024 05:24 pm EDT
  • Updated Response Date: Apr 15, 2024 05:00 pm EDT
  • Original Response Date: Apr 15, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 30, 2024
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    VA
    USA
Description

Presolicitation Notice/Advertisement GSA Public Buildings Service U.S. GOVERNMENT Solicitation # 1VA2307



General Services Administration (GSA) seeks to lease the following space:



State: Virginia



City: Multiple Cities within Northern Virginia



Delineated Area:




  • West: Blake Ln to Edgelea Rd to Courthouse Rd to Nutley St to Tapawingo Rd to Ware St to Kingsley Rd to Park St to Cedar Ln to Oak St to 495 to Leesburg Pike to Pimmit Dr to Griffith Rd to Peabody Dr to Magarity Rd to Leesburg Pike to Aline Ave to Old Courthouse Rd to Irvin St;

  • North: 267 to Lewinsville Rd to Balls Hill Rd to Old Dominion Dr to Park Ave to Spring Vale Ave to Chain Bridge Rd to Westmoreland St to Haycock Rd to Beacon Ln to N Rochester St to Little Falls Rd to N Sycamore St to 26th St to N Quantico St to Lee Highway to N Lexington St to 19th St to N Kenilworth St to 16th St to N Glebe Rd to 15th St to 66;

  • East: 66 to Richmond Highway;

  • South: Marshall Dr to Jackson Ave to 5.



Minimum Sq. Ft. (ABOA): 44,752



Maximum Sq. Ft. (ABOA): 45,871



Space Type: Office and Related



Parking Spaces (Staff & Visitors): 106 visitor spaces required; an additional 194 spaces for employees are their expense



Parking Spaces (Reserved/Structured): 9 (these are in addition to spaces noted above)



Full Term: 15 Years



Firm Term: 15 Years



Option Term: N/A



Additional Requirements:




  • Offered space must be 2,500 walkable linear feet from the Orange Line Metro entrance or 2,500 walkable linear feet from a Silver Line Metro entrance no farther west than the Spring Hill Metro stop; pathways must be handicap accessible.

  • Offered location should not share a lobby or waiting room with U.S. Immigration and Customs Enforcement (ICE) Detention and Removal Operations.

  • Offered space shall not have a generator or fuel tank within a 25’ setback of the building; if such exists a plan for removal must be provided.

  • Offered building must have a loading dock.

  • Offered space must be able to accommodate employee showers and restrooms separate from visitor bathrooms.

  • Offered space must be contiguous and on at least 2 floors but no more than 3 floors in total.

  • Offered space does not have to be located on the first floor of the building, but it is preferable. First floor functions include a security screening area (1,000 SF), waiting room (3,000 SF), and ceremony room (3,000 SF)

  • Offered space must have first floor space or accommodate floor shoring for File Storage (800 SF / 150 psf load)



Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the 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).



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.



Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.



Expressions of Interest should include the following:



1) Building name & address;



2) Contact information and E-mail address of Lessor’s Representative;



3) BOMA rentable & ABOASF available;



4) Rate per ABOASF on a full-service basis, including a Tenant Improvement (“TI”) allowance of $58.956 per ABOASF and a $35.00 per ABOASF Building Specific Amortized Capital (“BSAC”) amount included in this rate;



5) Offer must include 9 parking spaces for GOVs, 106 spaces for visitor parking, and 194 spaces for employee parking at their expense;



6) Name of ownership entity and, if applicable, parent company;



7) Swing space information for the incumbent location: If interested, the incumbent lease location shall provide the outlines of a swing space plan with no more than three (3) moves in total. Additionally:




  • Swing space must be fully functional for mission and services provided at the incumbent location.

  • Temporary barricades and signage for Visitors and Employees

  • Compatible IT (Network) and Security (Secured Space with Card Readers)

  • Furnishings: Min 20 Cubicles (48 SF+/each), Min 20 Offices (120 SF+/each), File Storage (800 SF+), Conference Space (300 SF+), 2 Director Offices (150 SF+) with Support

  • Minimum 3 Phases if adequate swing space is provided

  • Ceremonies could be shifted to off-site venues with adequate prior notice

  • Functions to remain operational throughout renovation:

    • Security Screening Reception (1st floor, as is)

    • Waiting Room (1,000 SF+) with Visitor Restrooms & Lactation Room

    • Info Counters (2+ spaces)

    • Ceremony Room (1,000 SF+)

    • Mail Room (150 SF+)

    • File Room (800 SF+)

    • Interview Offices (2nd floor, keep at least 50% operational)





Expressions of Interest Due: April 15, 2024



Market Survey (Estimated): May 2024



Occupancy (Estimated): Fall 2027



Send Expressions of Interest to:



Name/Title: Maria Del Carmen Medina, Lease Contracting Officer, General Services Administration



Address: 1800 F Street, NW, Washington, DC 20006



Cell: 202-689-4486



Email Address: Maricarmen.Medina@gsa.gov



And to:



Name/Title: Brad Seifert, GSA Broker Contractor



Address: 2445 M Street, NW, Washington, DC 20037



Office: 202-652-4192



Email Address: bradford.seifert@gsa.gov



And to:



Name/Title: Hunter Powell, GSA Broker Contractor



Address: 2445 M Street, NW, Washington, DC 20037



Cell: 504-301-7139



Email Address: Hunter.Powell@gsa.gov



Government Contact Information



Lease Contracting Officer: Maria Del Carmen Medina | Maricarmen.Medina@gsa.gov



Leasing Specialist: Bettina Yeh | Bettina.Yeh@gsa.gov



Broker: Brad Seifert (Public Properties) | Bradford.Seifert@gsa.gov



Broker: Hunter Powell (Public Properties) | Hunter.Powell@gsa.gov


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >