Search Contract Opportunities

Award Notice: GS-11P-LVA00599   2

ID: 8VA2668 • Type: Award Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

U.S. GOVERNMENT

General Services Administration (GSA) seeks to lease the following space:

State: Virginia

City: Arlington

Delineated Area:

North: Starting at the intersection of North Glebe Road (Virginia State Route 120) and Interstate 66, east on I-66 to Lee Highway (U.S. Route 29); north on Lee Highway to Spout Run Parkway (State Route 124), north on Spout Run Parkway to George Washington Memorial Parkway;

East: East and south on George Washington Memorial Parkway to Airport Access Road, west on Airport Access Road to Richmond Highway (U.S. Route 1);

South: South on Richmond Highway to South Glebe Road (State Route 120), west on South Glebe Road to I-395;

West: North on I-395 to Washington Boulevard (State Route 27), north on Washington Boulevard to Arlington Boulevard (U.S. Route 50), west on Arlington Boulevard to North Glebe Road, north on North Glebe Road to point of beginning.

Minimum Sq. Ft. (ABOA): 70,285

Maximum Sq. Ft. (ABOA): 72,042

Space Type: Office

Parking Spaces (Total): On-site parking per local code

Parking Spaces (Surface): 2

Parking Spaces (Structured): 3

Firm Term: 10 years

Option Term: 5 years

Additional Requirements:

  • Offered space must be capable of meeting ISC Level 4 Security Requirements, as determined by the Government in its sole discretion.
  • A Metrorail Station must be located within 2,640 walkable linear feet (WLF) from the main entrance of the offered building.
  • All offered space must be above grade.

The Government currently occupies office and related space in a building under lease that will be expiring. Offered space must meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100-year flood plain. Offerors shall be responsible for providing a standard GSA warm lit shell. Not all minimum requirements are stated in this advertisement.

The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate 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 telecommunications infrastructure, and non-productive agency downtime.

The Government's decision regarding whether to relocate will be based, in part, on information received in response to this notification. In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government's requirements.

Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.

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.

Expressions of Interest should include the following:

1) Building name & address;

2) Contact information and e-mail address of Lessor's Representative;

3) ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom);

4) Asking full service rental rate per ABOA and rentable square foot for the full term, inclusive of a standard GSA warm lit shell, a tenant improvement allowance (TIA) of $58.96/ABOA SF, and a BSAC allowance of $35.00/ABOA SF;

5) Asking full service rental rate per ABOA and rentable square foot for the 5-year Renewal Option;

6) Operating Costs per ABOA and rentable square foot included in the full service rates required in line items 4 and 5 above;

7) A description of additional tenant concessions offered, if any;

8) Date building will be ready for commencement of tenant improvements; and

9) Evidence that the offered space will meet the other specific requirements identified herein.

Expressions of Interest Due: February 25, 2021, no later than 4:00 PM EST

Market Survey (Estimated): March 2021

Initial Offers Due (Estimated): April 2021

Occupancy (Estimated): June 2022

Send Expressions of Interest to:

Name/Title: Bryant Porter, Associate Director, Savills Inc.

Address: 1201 F Street, NW, Suite 500, Washington, DC 20004

Office: 202-624-8515

Email Address: bryant.porter@gsa.gov

Name/Title: Tim Mazzucca, Assistant Director, Savills Inc.

Address: 1201 F Street, NW, Suite 500, Washington, DC 20004

Office: 202-624-8547

Email Address: timothy.mazzucca@gsa.gov

Government Contacts

Lease Contracting Officer: Thomas Malone

Leasing Specialist: Winnick Morgan

Brokers: Bryant Porter and Tim Mazzucca

Overview

Award ID
GS-11P-LVA00599
Reported Award
$30,810,722
Award Date
Dec. 22, 2021
Posted
Dec. 22, 2021, 12:43 p.m. EST (updated: June 30, 2022, 3:55 p.m. EDT)
Set Aside
None
Place of Performance
Arlington, VA 22202 United States
Source
SAM
Current SBA Size Standard
$34 Million
Award Notice: GS-11P-LVA00599 (8VA2668) was awarded to Cesc Crystal/Rosslyn II on 6/30/22 by Broker Services.
Primary Contact
Name
Bryant Porter   Profile
Phone
(202) 624-8515

Secondary Contact

Name
Timothy M. Mazzucca   Profile
Phone
(202) 624-8547

Documents

Posted documents for Award Notice 8VA2668

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Award Notice 8VA2668

Award Notifications

Agency published notification of awards for Award Notice 8VA2668

Similar Active Opportunities

Open contract opportunities similar to Award Notice 8VA2668

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS CENTRAL OFFICE - BROKER SVCS
FPDS Organization Code
4740-BQ000
Source Organization Code
100180061
Last Updated
July 5, 2022
Last Updated By
timothy.mazzucca@gsa.gov
Archive Date
July 5, 2022