Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2025 SAM #8705
SOLICITATION NOTICE

X -- Seeking Competitive Lease Proposals � Office Space to Support Federal Technology and Collaboration Initiatives

Notice Date
9/24/2025 10:46:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R00 OFFICE OF LEASING WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
25REG00_03
 
Response Due
10/7/2025 4:30:00 PM
 
Archive Date
10/22/2025
 
Point of Contact
GSA Office of Leasing
 
E-Mail Address
leasing@gsa.gov
(leasing@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This advertisement is hereby incorporated into RLP 25REG00 as an RLP attachment. In the event of any conflict between the requirements set forth in this project-specific advertisement and the instructions or provisions contained in the AAAP Global RLP No. 25REG00, the requirements in this advertisement shall take precedence. The RLP can be found at: https://leasing.gsa.gov/leasing/s/Offer-Resources The U.S. Government is seeking competitive lease proposals for as-is, fully finished and furnished office space to support initiatives that advance technology innovation, international trade, and collaboration with industry and global partners. City/State: San Francisco, CA Delineated Area: Properties located within the area bounded by the South of Market neighborhood (Market Street to the northwest, San Francisco Bay to the northeast, Mission Creek to the southeast, and Division Street, 13th Street and U.S. Route 101 (Central Freeway) to the southwest) Lease Term: 10 years / 5 firm (amortization term: 5 years) Space Requirements ABOA SF Range: 6,000 � 10,000 (inclusive of office, conference, event, and flexible workspaces). Must support 30 personnel on a consistent basis, with capacity to surge to 50 personnel. Mix of dedicated workstations, hoteling/flex desks, and collaboration zones. Conference and event spaces as detailed below. Required Facility Capabilities Conference & Meeting Space Minimum of 5+ conference rooms of varying size. 3+ phone booths/private pods to support confidential calls and small meetings. Delegation & Event Hosting Multipurpose event space for 50+ participants. Reception/lounge area suitable for hosting delegations and dignitaries. Alignment with Tech Ecosystem Proximity to AI model and application companies for daily engagement. Layout familiar to tech companies (open floor plan, breakout pods, communal areas). Showcase Role Facility design and finishes at a quality level appropriate for the public face of U.S. technology leadership. Event-ready infrastructure: AV, high-density Wi-Fi, modular furniture. Flexibility & Efficiency Hoteling/flex desks to support rotating federal and interagency staff. Collaboration zones (whiteboards, writable glass walls, informal seating). Kitchenette/coffee bar for informal networking. Timeline Requirement Space should be available in existing, finished condition for immediate occupancy. If immediate occupancy is not possible, proposals must clearly identify lead times for delivering finished space. Conditions Offered space must meet the requirements identified in this advertisement and RLP 25REG00 and be priced accordingly. The Government does not anticipate using Tenant Improvements (TI) or Building Specific Amortized Capital (BSAC) for this procurement. The ability to meet all requirements listed in this advertisement and the RLP must therefore be priced into the shell and operating costs. Space must be modern, high-quality, and suitable for professional use. Furnishings must be included in the rental rate, professional grade, durable, and compliant with Federal safety standards. The Government will not consider collocation with law enforcement agencies or tenants whose primary operations could present security, operational, or reputational conflicts with the intended mission. If the market cannot deliver space that fully meets these requirements, the Government reserves the right to identify and consider the closest acceptable alternative. Evaluation and Lease Term Offers will be submitted and evaluated under RLP #25REG00 on a 10 year / 5 firm occupancy term. The Government reserves the right to award a lease with a term that differs from the evaluated term if necessary to meet mission needs. Evaluation will be lowest-priced, technically acceptable, based on as-is condition. If requirement details shift post-evaluation, the Apparent Successful Offeror (ASO) may withdraw without penalty. Open Period This procurement will compete under a special open period outside of the regular AAAP cycle. Only offers submitted during this open period will be considered. Open Period Dates: October 1, 2025 � October 7, 2025 (closes 7:30 PM ET) How to Offer Offers must be submitted through the Leasing Portal (leasing.gsa.gov). To participate, register by selecting �Register to Offer Space� and follow instructions. When submitting, offerors must enter 25REG00 in the Leasing Portal to ensure their offer is considered for this requirement. For the initial offer, offerors must upload only the following: A scaled floorplan of the offered space. An authorization to represent the ownership (if applicable). A marketing package that demonstrates the offered space is finished and furnished. Offerors may also upload additional notes describing unique circumstances and/or lead times under the �floorplan� attachment type. No other documentation is required with the initial offer; further materials will be requested only if the offeror is identified as the Apparent Successful Offeror (ASO). Important Notes Compliance with Section 889 of the FY19 NDAA is required. SAM registration should be initiated promptly (RLP Clause 3.06, Item 7).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/01ae9c3b700f43d7923a21df509b482b/view)
 
Place of Performance
Address: San Francisco, CA, USA
Country: USA
 
Record
SN07602860-F 20250926/250924230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.