The RFP Database
New business relationships start here

U.S. GOVERNMENT SEEKS OFFICE AND RELATED SPACE IN WASHINGTON, DC



Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

**This modification is being issued to clarify that offered space shall not be located in the 100-year floodplain, and to clarify that the 10-year renewal option may be part of the price evaluation in the forthcoming RLP.**

-------------------------------------------------------------------------------------------
General Services Administration (GSA) seeks to lease Office and Related Space in Washington, DC

State:    District of Columbia
City:    Washington, DC
Delineated Area:    Central Employment Area (CEA) of Washington, DC


Minimum Sq. Ft. (ABOA):    1,061,380
Maximum Sq. Ft. (RSF):    1,274,000
Space Type:    Office
Parking Spaces (Total):    Parking to Code
Parking Spaces (Surface):    -    
Parking Spaces (Structured):    -    
Parking Spaces (Reserved):    10 spaces for official vehicles
Full Term:    15 years
Firm Term:    15 years
Option Term:    10 Years
Additional Requirements:    (See below)



The Government is seeking expressions of interest from sources of office and related space for up to 1,274,000 rentable square feet of space, which shall yield a minimum of 1,061,380 ANSI/BOMA Office Area ("ABOA") square feet of office and related space. Offered space must be accommodated in no more than three (3) buildings. Any offer including space in more than one (1) building must include common ownership of the buildings (which can be achieved via a single operating partner, a joint venture, or another structure acceptable to the Government) under a single lease. Building(s) must all be located within a 1,320 walkable linear feet distance of each other and each building must be within 2,640 walkable linear feet of a Metrorail Station. Space must be capable of accommodating a minimum finished ceiling height of 8 feet and 6 inches measured from finished floor to the lowest soffit or overhead obstruction throughout and be able to accommodate additional ceiling height spaces as specified in any future solicitation documents. The building(s) must have the ability to accommodate the tenant agency's security requirements. The building(s) will be able to accommodate redundant power and communication feeds, as will be more fully described in the solicitation documents.


Building(s) shall be located within a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.


A variety of inexpensive or moderately priced fast-food and/or eat-in restaurants and other employee services, such as retail shops, cleaners, and banks shall be located within the immediate vicinity of the Building, as determined by the LCO, but generally not exceeding 2,640 walkable linear feet. The proposed leased space shall be fully serviced.


Offered space must meet Government requirements for fire safety, handicapped accessibility in accordance with ABAAS guidelines, seismic and sustainability standards per the terms of the Lease. Offered space shall not be in the 100-year flood plain.


Expressions of Interest should include the following:


1) Building(s) name, address, and age
2) Contact information and e-mail address of Lessor's Representative
3) BOMA rentable & ABOASF available and location of space within the building
4) Asking rate per ABOASF on a full service basis, including a tenant improvement allowance of $46.74 per ABOASF and a Building Security Amortized Capital (BSAC) allowance of $35.00 per ABOASF included in this rate.
5) Number of parking spaces or parking ratio available on the premises.
6) Evidence that the offered space can be delivered with tenant improvements no later than December 31, 2022 (including satisfactory evidence of zoning, development density, site and project planning approval status, and site infrastructure).
7) Evidence that the offered space will meet any other specific requirements identified herein (including but not limited to proximity to Metrorail and amenities).
8)  Expressions of interest should include a proposed rental rate for the option term.


Expressions of Interest Due:    August 2, 2017
Market Survey (Estimated): August 2017
Offers Due:     November 2017
Occupancy (Estimated):    December 31, 2022


AUTHORIZED CONTACTS: In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the officers and employees of General Services Administration (GSA).


EMAIL INFORMATION:


CONTRACTING OFFICE ADDRESS:
Kevin Terry, Contracting Officer
U.S. General Services Administration
National Capital Region
301 7th Street, SW
Washington, DC 20407
202-708-4600


Interested parties should send expressions of interest to:



Savills Studley, Inc.
David Lipson
Executive Vice President
(202) 624-8512
david.lipson@gsa.gov


AND


Savills Studley, Inc.
Neil Levy
Executive Managing Director
(202) 624-8501
neil.levy@gsa.gov


AND


Savills Studley, Inc.
Todd Valentine
Corporate Managing Director
(202) 624-8531
todd.valentine@gsa.gov


David Lipson, Executive Vice President-Director, Phone 2026248512, Fax 2026248555, Email david.lipson@gsa.gov - Todd Valentine, Corporate Managing Director, Phone 202-624-8531, Email todd.valentine@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP