SOLICITATION NOTICE
X -- Seeking Competitive Lease Proposals � Office Space in support of USDA Forest Service Operations Atlanta, Georgia
- Notice Date
- 3/18/2026 2:30:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS OFFICE OF LEASING WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 6GA0316
- Response Due
- 4/7/2026 5:00:00 PM
- Archive Date
- 04/22/2026
- Point of Contact
- Frank Whiting, Phone: 816.446.4909
- E-Mail Address
-
frank.whiting@gsa.gov
(frank.whiting@gsa.gov)
- Description
- THIS REQUIREMENT IS FOR FULLY BUILT-OUT, OFFICE SPACE AVAILABLE FOR IMMEDIATE OCCUPANCY. OFFERORS UNABLE TO DEMONSTRATE READY-TO-OCCUPY SPACE ARE UNLIKELY TO BE CONSIDERED. This advertisement is incorporated into Request for Lease Proposals (RLP) No. 25REG04 by reference as an RLP attachment. In the event of any conflict between this advertisement and the provisions of RLP 25REG04, the requirements of this advertisement shall take precedence. The U.S. Government is seeking competitive lease proposals for fully built-out office space leasing opportunities through its online Leasing Portal (leasing.gsa.gov). Location: City: Atlanta State: Georgia Delineated Area: (See Delineated Area Map Attached): Point of Beginning: I 285 and Hwy 19 to Spalding Dr; Spalding Dr to Dunwoody Rd connecting to Chamblee Dunwoody Rd; Chamblee Dunwoody Rd to Ashford Center Pkwy; Ashford Center Pkwy to Ashford Dunwoody Rd NE; Meadow Ln NE to Perimeter Center N; Perimeter Center E to Lincoln Pkwy E; South of Lincoln Pkwy E connecting to I 285; I 285 heading west to reconnect with Hwy 19 Lease Term: 10 Years, 3 Years Firm Termination Rights: 90 Days. Offerors are encouraged to submit rates for all terms available in the application for consideration against future GSA requirements. Occupancy: � NO LATER THAN JUNE 1, 2026 � NO TI CONSTRUCTION PERIOD ANTICIPATED; IDEAL SPACE IS FULLY BUILT Agency Unique Requirements: Minimum ABOA: 5,019 Maximum ABOA: 5,269 Space Type: Office Parking: 45 Surface Spaces Federal Security Level (FSL) II Tenant Improvement Allowance: $0.00 Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF Amortization Term: 3 years for Building Specific Amortized Building Accessible 24/7/365 Hours of Operation: 6AM-6PM Monday � Friday Moving Cost: Moving from current location within the delineated of furniture, fixture and equipment to support the operation of 16 workspaces including private offices and open modular workspace, breakroom/pantry, small, medium and large meeting room furniture and equipment, telecom equipment and fixtures. Antennas, Satellite Dishes, and Related Transmission Devices: (1) Space located on the roof of the Building sufficient in size for the installation and placement of telecommunications equipment, (2) the right to access the roof of the Building, and (3) use of all Building areas (e.g., chases, plenums, etc.) necessary for the use, operation, and maintenance of such telecommunications equipment at all times during the term of this Lease. Server Room: Not to exceed 120 ABOA SF of the Premises shall receive cooling at all times (24 hrs. a day, 365 days a year) for purposes of cooling the designated server room. Space Requirements: Layout: 5,019 � 5,269 ABOA SF. Minimum of 16 workspaces, including private offices and open modular workspace. Space must be efficiently designed to support the required operations. Inefficiently designed layouts or configurations that limit functional use may be disqualified from consideration. Space Must Be Contiguous. Delivery Condition: The Space shall be located in a modern quality Building of sound and substantialconstruction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences. The Government does not anticipate using Tenant Improvements (TI) for this procurement. Evaluation and Term: Offers will be submitted and evaluated under RLP #25REG04 on a 10-year / 5-firm occupancy term basis. Evaluation will be lowest-priced, technically acceptable (LPTA), without negotiations, based on as-is condition. Offered space must comply with all applicable Federal, State, and Local jurisdiction requirements, including standards for fire and life safety, accessibility, seismic resilience, and energy efficiency. The Government may award a lease with a term different from the evaluated term if necessary to meet mission needs. For 10-year / 3-firm requirements, offerors shall enter $0 for shell rent in years 6�10. Offer Submission Period: April 1-7, 2026 (closes 8:00 PM ET). How To Offer: Offers must be submitted through the Leasing Portal: https://leasing.gsa.gov. Login or register for an account by clicking the �Registration� link on the homepage, or select �Create an Account� from the login screen. When completing the offer workflow, enter �25REG04� in the RLP # field to ensure your offer is properly associated with this requirement. Offerors are encouraged to submit all available vacant space within the building that meets or exceeds the stated requirements; the Government will determine which portion�if any�is needed to satisfy the requirement following building tours and due diligence. Initial offers must include: Scaled floorplan of the offered space Authorization to represent ownership (if applicable) Marketing package showing the space is finished and furnished (photos strongly encouraged) Note: Uploading these three documents is only one part of the offer submission. Offerors must also complete all Leasing Portal questions related to the property, building characteristics, and final rate offer. The portal will guide you through each required section before submission. Offers that do not include completed property and pricing information in the portal will be considered incomplete. Additional documentation (e.g., due diligence materials, confirmations, or clarifications) may be requested after the response period has closed to verify compliance or confirm technical acceptability. Additional information: Compliance with Section 889 of the FY19 NDAA is required. Offerors must maintain active SAM.gov registration (RLP Clause 3.06, Item 7).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8d35136ed33f4883bcc4cb60a33a69a4/view)
- Place of Performance
- Address: Atlanta, GA, USA
- Country: USA
- Country: USA
- Record
- SN07749126-F 20260320/260318230041 (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 |