Minimum of 18,884 BUSF not to exceed 20,000 BUSF
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 Court Services and Offender Supervision Agency (CSOSA) is seeking proposals for the lease of 18,884 to 20,000 ABOA square feet of contiguous office space in Washington, DC. This Request for Lease Proposals (RLP) is for an existing requirement and is open for competition. The lease term is 20 Years, with a 15-Year Firm term. Proposals are due by April 20, 2026, at 5 PM EST.
Scope of Work
CSOSA requires modern, quality office space within a specific delineated area in Washington, DC. Key requirements include:
- Space: Minimum 18,884 to maximum 20,000 ABOA square feet.
- Location: Bounded by North Capitol Street NW (North), Edgewood Street NW to Franklin Street NW (South), 9th Street NE (East), and Florida Avenue NE to North Capitol Street NW (West).
- Building Standards: Modern construction, sound, with a durable facade. If not new, must be modernized.
- Parking: 36 secured and lit surface/outside parking spaces, exclusively for Government use, with costs included in rent.
- Unique Features: Fenced parking, delineated pedestrian routes, adequate loading dock, and card/key controlled elevator access (if co-locating).
- Utilities & Services: The lease is a hybrid net of utilities and janitorial services. Offerors must be prepared for separate metering, HVAC controls, and building automation systems if utilities are excluded from base rent.
- Program of Requirements (EXHIBIT B): Detailed specifications for staff offices, administrative support, and special spaces like conference rooms, offender group rooms, and client waiting areas.
- Estimated Costs (EXHIBIT J): Significant estimated costs for security systems ($700,000), IT & Telecom ($3,200,000), move costs ($40,000), and furnishings ($444,000), totaling a minimum of $4,384,000.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Lease Proposals - RLP)
- Lease Term: 20 Years, 15 Years Firm, with Government termination rights after the firm term (12 months' notice).
- Renewal Option: Potential for one 5-year term, subject to capital lease scoring considerations.
- NAICS Code: 531120 (Lease/Rental Of Office Buildings).
- Set-Aside: No specific set-aside; open competition. Small businesses and HUBZone concerns are encouraged to review.
- Response Due: April 20, 2026, 5 PM EST.
- Published Date: March 19, 2026.
Submission & Evaluation
Proposals must conform to RLP requirements and be submitted using prescribed Government forms, including GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Award will be made to the responsible Offeror with the lowest priced technically acceptable offer, utilizing a Present Value Price Evaluation. Offerors should submit their best terms initially. SAM registration and Unique Entity Identifier (UEI) are required.