Closed Solicitation · GENERAL SERVICES ADMINISTRATION

    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE THE FOLLOWING SPACE NEAR DULLES INTERNATIONAL AIRPORT

    Sol. 2VA0915Sources SoughtWASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Apr 4, 2025
    POSTED
    Mar 19, 2025
    Publication date
    NAICS CODE
    531120
    Primary industry classification
    PSC CODE
    X1AA
    Product & service classification

    AI Summary

    The General Services Administration (GSA) is seeking to lease warehouse, flex, or office space in Virginia near Dulles International Airport, with a minimum of 43,630 and a maximum of 45,811 square feet. The lease term is 20 years, and the space must comply with government standards for fire safety, accessibility, seismic, and sustainability. Interested bidders should ensure the offered space is outside the 1-percent-annual chance floodplain and review telecommunications prohibitions under Section 889 of the FY19 NDAA.

    Contract details

    Solicitation No.
    2VA0915
    Notice Type
    Sources Sought
    Posted Date
    March 19, 2025
    Response Deadline
    April 4, 2025
    NAICS Code
    531120AI guide
    PSC / Class Code
    X1AA
    Contract Code
    4740
    Primary Contact
    Robert Brunton
    State
    DC
    ZIP Code
    20405
    AI Product/Service
    service

    Description

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

    State: Virginia

    City: See delineated area

    Delineated Area:

    Beginning at the intersection of Leesburg Pike (Rte 7) and Loudoun County Parkway (Rte 607)(POB); 

    • S on Rte 607 to Braddock Road (Rte 620);

    • SE on Rte 620 to Walney Road (Rte 657);

    • N on Rte 657 to Elden Street;

    • N on Elden Street to Monroe Street;

    • N on Monroe Street to Park Avenue;

    • N on Park Avenue to Dranesville Road (Rte 228);

    • N on Rte 228 to Rte 7;

    • NW on Rte 7 to POB

    Minimum Sq. Ft. (ABOA): 43,630

    Maximum Sq. Ft. (ABOA): 45,811[RB1] 

    Space Type: Warehouse/Flex/Office

    Parking Spaces (Total): See below

    Parking Spaces (Surface): See below

    Parking Spaces (Structured): See below

    Parking Spaces (Reserved): See below

    Full Term: 20 years

    Firm Term: 20 years

    Option Term: N/Ap

    Additional Requirements: See below

    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 floodplain (formerly referred to as “100-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.

    Unique Requirements:

    • 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
    • Total Space – 43,630 ABOASF (fully conditioned)
    • Approximately 34,300 USF of the overall space shall be constructed as warehouse space allowing for clear ceiling height of 25’ with high pile storage of 20’
      • Building utilities should support ESFR sprinkler system
      • Power supply to support typical warehouse electrical needs
      • 24-hour HVAC system for the warehouse and the CER room
    • Remaining space is office-like and can be, but is not required to be, stacked mezzanine style
    • Overall building configuration preference is a 2:1 length/width ratio
    • Approximately 4-6 dock high bays – with tractor trailer (53’) delivery capability
    • 1 drive-in bay
    • A total of 15 surface parking spaces for official government vehicles plus parking to satisfy up to an additional 62 employee vehicles
    • 4 "lay-down" spaces of 40' L by a typical tractor trailer width
    • Outdoor space for 8 secured containers (8'W x 12'L x 8'H)
    • Lease will be subject to ISC Facility Security Level 3 standards
    • Preference for 12-inch CMU or concrete exterior construction of the warehouse portion of the building envelope

    Responses must be submitted in writing and must include the following:

    1. Name and contact information for company representative(s) including: telephone numbers and E-mail addresses
    2. Estimated rental rate projections for the 20-year firm term, inclusive of a tenant improvement allowance of $63.87 per ABOASF and a BSAC allowance of $25.00 per ABOASF, but exclusive of any potential ground rent or lot preparation costs at this time.
    3. Any additional materials

    Any costs associated with a response, or any follow up information requests are solely at the interested vendor’s expense. 

    Expressions of Interest Due: April 4, 2025

    Market Survey (Estimated): April 2025

    Occupancy (Estimated): Winter 2027

    Send Expressions of Interest to: 

    Name/Title: Robert Brunton, Executive Managing Director, Savills Inc.

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

    Email Address: robert.brunton@gsa.gov

    Government Contact Information

    Lease Contracting Officer: Santoni Graham

    Leasing Specialist: Felicia Hammond

    Broker: Robert Brunton

    Key dates

    1. March 19, 2025Posted Date
    2. April 4, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE THE FOLLOWING SPACE NEAR DULLES INTERNATIONAL AIRPORT is a federal acquisition solicitation issued by GENERAL SERVICES ADMINISTRATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.