SOLICITATION NOTICE
X -- General Services Adminstration (GSA) seeks to lease the following space:
- Notice Date
- 6/18/2025 5:31:43 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R3 OFFICE OF LEASING PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- 4DC0635
- Response Due
- 7/1/2025 2:00:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Maria Szkotak, Phone: 2154464538
- E-Mail Address
-
maria.szkotak@gsa.gov
(maria.szkotak@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space: State: DC City: Washington Delineated Area: Delineated area street boundaries: Point of Beginning (POB) New York Ave and 1st St NW. Travel south on 1st St NW to Maryland Ave SW to Independence Ave SW to S Capitol St. SE to 695/395 to Maine Ave SW to 17th St SW to H St NW New York back to POB. Minimum Sq. Ft. (ABOA): 1,534 Maximum Sq. Ft. (ABOA): 1,611 Space Type: Office Parking Spaces (Reserved Structured): 5 Full Term: 10 years Firm Term: 5 years Additional Requirements: Contiguous space is required. Space must not be located at or below grade. Space will be located not more than 4 city blocks from public transportation service. Space will be no more than twice as long as it is wide. Facilities will be cleaned between the hours of 8:30 a.m. and 5:00 p.m. Space will be located in a professional/business environment, free of non- administrative offices, processes, or activities of any public or private entity. Space shall not be located on any floor housing vendors of food or services of any kind, or any activities, which result in the congregation of individuals in hallways and/or corridors. Adjacent office activities must not be of a nature that threatens the confidentiality of Government informants and witnesses, or the security of arrestees and agents. All keys must be turned over to the Agency, including master keys. No one outside of the Agency will have keys to the Agency�s space. To gain access to the Agency space, the lessor must be escorted by an Government representative. The Government will provide a minimum of 4 representatives to be contacted, with at least 24 hours notice, to request an escort for access. In an emergencysituation only, the lessor may force entry if the Government is not able to provide an escort within 2 hours of notification. Reserved, off-street parking spaces with 7-day/24-hour access are required for �U.S. Government Vehicles�. The parking must be paved, striped, and graded for proper drainage. The parking must be lighted and located on site. All keys must be turned over to the Government, including master keys. No one outside of the Government will have keys to the Government space. To gain access to the space, the lessor must be escorted by a government representative. The Government will provide a minimum of 4 representatives to be contacted, with at least 24 hours� notice, to request an escort for access. In an emergency situation only, the lessor may force entry if the Government is not able to provide an escort within 2 hours of notification. 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/0.2-percent-annual chance floodplain (formerly referred to as �100-year�/�500-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. The U.S. Government currently occupies office and related space in a building under a lease in Washington, D.C., that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1d56d6f2b554853ae0565f4f0e0fe56/view)
- Place of Performance
- Address: Washington, DC 20024, USA
- Zip Code: 20024
- Country: USA
- Zip Code: 20024
- Record
- SN07482566-F 20250620/250618230333 (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 |