General Services Administration (GSA) seeks to lease the following space:
City/State: Washington, DC
Delineated Area: Washington, DC Central Employment Area
Minimum Sq. Ft. (ABOA SF): 341,879
Maximum Sq. Ft. (ABOA SF): 358,973
Maximum Sq. Ft. (RSF): 410,255
Space Type: Office and Related Space
Parking Spaces (Total): 30 on-site, reserved, structured spaces
Parking Spaces (Surface): N/A
Parking Spaces (Structured): N/A
Parking Spaces (Reserved): 30 reserved spaces for Official Government Vehicles, the cost of which is to be included in the rental consideration
Firm Term: 15 Years
Option Term: 5 Years
Additional Requirements: See RLP Attachments
- The offered building must be within 2,640 walkable linear feet of a Metrorail station.
- The offered building must have the ability to accommodate ISC Level IV Security Requirements.
- The offered space must not be collocated with residential space.
- Offered space must be 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.
- Approximately 25,000 ABOA SF of the offered space must be on the first (ground) floor of the building.
- Approximately 1,250 ABOA SF of the offered space must be located adjacent to a loading dock. This space will be used as a mail screening room.
- Offered space must be contiguous, with the exception of the first/ground floor space and mail screening room referenced above.
- The offered space must provide a minimum ceiling height of 8’6” clear except on the first/ground floor which must provide a minimum of 10’0” clear.
- The Government may reserve the right to complete access control measures to secure the building’s parking garage.
- The Building must be able to accommodate, including adequate clearance, 30 passenger vans that are approximately 81” tall.
Offered space must meet all Government requirements contained in Prospectus PDC-05-WA23.
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 100-year flood plain.
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.
Offers Due: December 5, 2023
Occupancy (Estimated): Between June 22, 2025, and January 31, 2027
Electronic Offer Submission:
Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.
Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.
Solicitation Number: 9DC2702
Government Contact Information (Not for Offer Submission)
Lease Contracting Officer: Sean McNeal / Sean.McNeal@gsa.gov
Leasing Specialist: Gregory Otten / Gregory.Otten@gsa.gov
Broker: CBRE, Inc.- Henry Chapman / Henry.Chapman @gsa.gov / Richard Downey / Richard.Downey@gsa.gov
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.