SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space in Washington DC
- Notice Date
- 12/18/2024 8:40:39 AM
- Notice Type
- Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R11 OFFICE OF LEASING WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 3DC0646
- Response Due
- 1/10/2025 1:00:00 PM
- Archive Date
- 01/25/2025
- Point of Contact
- Brandon B. Rowe, Phone: 2027024577, Thomas Malone, Phone: 2022193191
- E-Mail Address
-
brandon.rowe@gsa.gov, thomas.malone@gsa.gov
(brandon.rowe@gsa.gov, thomas.malone@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.01 GENERAL INFORMATION (OCT 2023) A. This Request for Lease Proposals (RLP) sets forth instructions and requirements for proposals for a Lease described in the RLP documents. The Government will evaluate proposals conforming to the RLP requirements in accordance with the Method of Award set forth below to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions below.of Award set forth below to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions below. B. Included in the RLP documents is a lease template setting forth the lease term and other terms and conditions of the Lease contemplated by this RLP and a GSA Proposal to Lease Space (GSA Form 1364) on which Offeror shall submit its offered rent and other price data, together with required information and submissions. The Lease paragraph titled �Definitions and General Terms� shall apply to the terms of this RLP. C. Do not attempt to complete the lease template. Upon selection for award, GSA will transcribe the successful Offeror�s final offered rent and other price data included on the GSA Form 1364 into the lease and transmit the completed Lease, including any appropriate attachments, to the successful Offeror for execution. Neither the RLP nor any other part of an Offeror�s proposal shall be part of the Lease except to the extent expressly incorporated therein. The Offeror should review the completed Lease for accuracy and consistency with his or her proposal, sign and date the first page, initial each subsequent page of the Lease, and return it to the Lease Contracting Officer (LCO). D. The Offeror's executed Lease shall constitute a firm offer. No Lease shall be formed until the LCO executes the Lease and delivers a signed copy to the Offeror. E. Offeror may not use Federal agency name(s) and/or acronym(s), e.g., General Services Administration, GSA, in the entity name that owns and/or leases the Space to GSA. 1.02 AMOUNT AND TYPE OF SPACE, LEASE TERM, AND OCCUPANCY DATE(OCT 2022) A. The Government is seeking a minimum of 50,000 to a maximum of 53,000 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet (SF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards. B. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences. C. The Government requires either 50 structured/inside parking spaces OR 50 surface/outside parking spaces OR some combination from both sources that total 50 parking spaces, reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration. D. As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP. E. Approximately 250 ABOA SF will be used for the operation of a vending facility under the provisions of the Randolph-Sheppard Act (20 USC 107 et. seq.). The Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist. The Government may provide vending machines within the Government's leased area under the provisions of the Randolph-Sheppard Act (20 USC 107 et. seq.). If the Government chooses to provide vending facilities, the Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist. F. The lease term shall be 20 Years, 20 Years Firm. G. The Lease Term Commencement Date will be on or about July 1, 2027, or upon acceptance of the Space, whichever is later. 1.03 AREA OF CONSIDERATION (OCT 2021) The Government requests Space in an area bounded as follows: Entirety of Washington, D.C. Buildings with Property boundary(ies) on the boundary streets are deemed to be within the delineated Area of Consideration. 1.04 UNIQUE REQUIREMENTS (OCT 2021) The offered Building and/or Property must have the following features as a minimum requirement: Availability of �green/recreational� space in or around the offered building, but must be directly attached to the property; Offered buildings must be able to achieve residential use permit; Offered buildings must accommodate a single user, with Governmental control of the lobby space to perform screenings and intakes of residents. The full set of requirements and forms can found as an attachment to this solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4b42f9a42c9452a8150b0177aca4071/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07295998-F 20241220/241218230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |