Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2025 SAM #8710
SOLICITATION NOTICE

X -- Seeking Competitive Lease Proposals � Administrative Office Space in support of Law Enforcement Operations

Notice Date
9/29/2025 8:45:48 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_04
 
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 for administrative operations in support of law enforcement in the following locations: Cities/States: Baltimore City, MD; Orlando, FL; Seattle, WA; Towns of Islip and Smithtown, NY Delineated Area: Entire city limits of each listed city Lease Term: 10 years / 5 firm (amortization term: 5 years) Space Requirements ABOA SF Range: 11,500 � 18,500 Space must be contiguous; if only non-contiguous space is available, the LCO may determine acceptability. Non-contiguous space must be limited to no more than 3�4 suites within a building. Estimated Desk/Workstation Count: 70 (75�80% private office, 20�25% cubicles) At least 1 conference room (?300 ABOA SF) Dedicated server room with 24/7 cooling (?200 SF) Floors: space must be at or above ground level Facility Security Level (FSL): II minimum Government will not consider collocation with agencies or tenants whose clientele or operations conflict with law enforcement functions. Conditions Offered space must meet the requirements in this advertisement and RLP 25REG00 and be priced accordingly. Space must be modern, high-quality, and suitable for professional use. Outdated or poorly maintained space will not be considered. Delivery Condition � Furnished: Space must be delivered fully furnished, including systems furniture, private office furnishings, conference tables/chairs, and storage. Furnishings must be professional grade, durable, and compliant with Federal safety standards. Offered rates must reflect this furnished delivery condition. Offer revisions made after the due date will not be considered. The Government does not anticipate using Tenant Improvements (TI) or Building Specific Amortized Capital (BSAC) for this procurement. 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. Evaluation will be lowest-priced, technically acceptable, based on as-is condition. The Government reserves the right to award a lease with a term that differs from the evaluated term if necessary to meet mission needs. If requirement details shift post-evaluation, the Apparent Successful Offeror (ASO) may withdraw without penalty. Open Period This procurement will compete under the October Open Period. 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 space is finished and furnished (photos of existing furnishings and finishes are strongly encouraged) 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). The Government may award multiple leases.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0f4999f25bee48b7b276582920c7c921/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07607372-F 20251001/250929230042 (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.