Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOLICITATION NOTICE

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

Notice Date
9/11/2025 12:10:09 PM
 
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_01
 
Response Due
9/17/2025 4:30:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
GSA Office of Leasing
 
E-Mail Address
Leasing@gsa.gov
(Leasing@gsa.gov)
 
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 in support of administrative operations for law enforcement in the following locations: Cities/States: Birmingham, AL; Boise, ID; Charleston, SC; Columbia, SC; Columbus, OH; Des Moines, IA; Fort Lauderdale, FL; Fort Myers, FL; Grand Rapids, MI; Jacksonville, FL; Louisville, KY; Milwaukee, WI; Oklahoma City, OK; Pittsburgh, PA; Raleigh, NC; Richmond, VA; Spokane, WA; St. Louis, MO; Tampa, FL Delineated Area: Entire city limits of each listed city Lease Term: 10 years/5 firm (amortization term: 5 years) Space Requirements Minimum ABOA SF: 11,500 Maximum ABOA SF: 18,500 Space shall be contiguous. However, if only non-contiguous space is available in the market, the LCO may, at their sole discretion, determine acceptability. In such cases, non-contiguous space must be limited to no more than 3�4 suites within a building to maintain operational integrity. Estimated Desk/Workstation Count: 70 75 - 80% private office 20 - 25% cubicles Space should support standard office operations with adequate sound privacy for confidential discussions. Conference Rooms: Minimum 1 (Minimum 300 ABOA) Storage: Minimum 1 room (Minimum 250 ABOA) A dedicated server room with 24/7 operation is required Floors: All offered space must be on floors at or above ground level Facility Security Level (FSL): II (minimum) The Government will not consider collocation with agencies or tenants whose primary clientele or operations could present security, operational, or reputational conflicts with law enforcement functions. Operations Hours: 6:00 AM � 6:00 PM (with potential extension to 8:00 PM) Days: Monday�Friday Conditions The offered space must meet the space requirements identified in the RLP and this advertisement (e.g., offices, workstations, conference rooms, and specialized areas as applicable) and should be priced accordingly. Offered space must be fully finished, in modern, quality condition and suitable for professional office use. Space that is visibly worn, outdated, or not maintained to a contemporary standard will not be considered. Delivery Condition � Furnished: The Government requires the offered space to be delivered fully furnished, including systems furniture, private office furnishings, conference room tables and chairs, and storage solutions appropriate for law enforcement administrative operations. Furnishings must be of professional quality, durable, and compliant with Federal safety standards. All costs associated with as-is furnishings are to be included in the rental rate. The Government does not anticipate amortizing Tenant Improvements (TI) or Building Specific Amortized Capital (BSAC) as part of this procurement. However, the Government reserves the right to include TI and/or BSAC in the lease if necessary to meet mission needs. In such cases, TI and BSAC figures will be defined by the Government and incorporated into the lease terms. For planning purposes, the maximum allowances the Government would require of the lessor are: Agency Tenant Improvement Allowance: $40.00 per ABOA SF Building Specific Amortized Capital (BSAC): $25.00 per ABOA SF Evaluation and Lease Term Offers will be submitted and evaluated under RLP #25REG00 on a 10 year/5 firm occupancy term. The Government reserves the right to award a lease with a term that differs from the evaluated term if necessary to meet agency mission needs. Evaluation will be lowest-priced, technically acceptable, based on as-is condition. If requirement details shift post-evaluation, the Apparent Successful Offeror (ASO) may withdraw without penalty. Unique Open Period This procurement will compete under a special open period outside of the regular AAAP cycle. Only offers submitted during this open period will be considered. Open Period Dates: September 11, 2025 - September 17, 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. Resources and tutorials are available under the Portal�s Resources tab. When submitting, offerors must enter 25REG00 in the Leasing Portal to ensure their offer is considered for this requirement. Important Notes Compliance with Section 889 of the FY19 NDAA is required: Section 889 Part B (https://acquisition.gov/Section-889-Policies). SAM registration should be initiated promptly (RLP Clause 3.06, Item 7). The Government may award multiple leases. Marketing Package and Floorplan Submission: Offerors must upload a current marketing package along with a scaled floorplan of the offered space when submitting proposals in the Leasing Portal. Marketing packages should include building brochures or flyers, photographs, and descriptions of amenities to demonstrate the quality and efficiency of the space. These materials will not be scored as part of the evaluation but will be used by the Government to confirm building suitability and to facilitate internal reviews.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/213547fbe38f4cc8be9d8a0745476826/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07587261-F 20250913/250911230049 (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.