2ND0154-Solicitation for lease space in New Town, North Dakota
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) is soliciting proposals for the lease of 8,022 to 8,423 ANSI/BOMA square feet of office space in New Town, North Dakota. This opportunity is for the Bureau of Indian Affairs (BIA) and requires a fully serviced lease for a term of 20 years, with a 15-year firm period. An amendment has been issued, updating key documents and requiring acknowledgment.
Scope of Work
The required space must be modern, sound, and meet specific government standards for fire safety, accessibility, seismic, and sustainability (including ENERGY STAR® label requirements). The Program of Requirements (POR) for the BIA office details specific tenant improvement needs, including space configurations, adjacencies, and elements for areas such as Reception, Workstations, Superintendent's Office, IT Server Room, and Break Room. The IT Server Room has specific requirements for flooring, walls, access, HVAC, and floor load.
The lease also includes Facility Security Level II (FSL II) requirements, covering access control, security systems (VSS, IDS, Duress Alarms), and cybersecurity measures. Environmental standards require the space to be free of known hazardous conditions, with a Phase I Environmental Site Assessment (ESA) required. Parking requirements include 10 structured/inside or 10 surface/outside reserved spaces, plus additional GOVS, visitor, and POVS parking as detailed in the POR.
Contract Details
This is a Solicitation for a leasehold interest. There is no specific set-aside indicated for this opportunity. The NAICS Code is 531120 (Exception). The lease term is 20 years, with a 15-year firm term and a 90-day termination right after the firm term. Tenant Improvement (TI) allowance is $55.83 per ABOA SF, and Building Specific Amortized Capital (BSAC) is $12.00 per ABOA SF.
Submission & Evaluation
Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP) at https://lop.gsa.gov/rsap/. Award will be based on the lowest priced technically acceptable offer, with a present value price evaluation. Key forms required for submission include GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Offerors must be registered in SAM.gov prior to award.
Key Updates
Amendment No. 1, posted May 7, 2026, replaces Exhibit E (GSA 3517B, General Clauses) with a revised version (REV 4/26) and updates Paragraph 1.06A, "LIST OF RLP DOCUMENTS (MAY 2026)". Bidders must acknowledge receipt of this amendment by signing and dating the provided page and returning an initialed copy of the revised Exhibit E.
Response Date & Contact
The deadline for returning the acknowledgment of Amendment No. 1 and the initialed Exhibit E is May 14, 2026, by 4:00 PM Pacific Time. For inquiries, contact JOHN A. BELL at john.a.bell@gsa.gov.