The GSA seeks to lease office space in Pinetop-Lakeside or Show Low, AZ

SOL #: 3AZ0295aPre-Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R00 CENTER FOR BROKER SERVICES
WASHINGTON, DC, 20405, United States

Place of Performance

Phoenix, AZ

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 27, 2026
3
Response Deadline
Apr 6, 2026, 9:00 PM

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), on behalf of the Health and Human Services – Indian Health Services (IHS), is seeking proposals to lease approximately 12,136 to 13,566 ANSI/BOMA square feet (ABOA SF) of office space in Pinetop-Lakeside or Show Low, Arizona. This presolicitation aims to secure a modern, fully serviced facility for a 10-year term, with a 5-year firm term. Initial offers are due by April 6, 2026, at 2:00 PM Local Pacific Time.

Opportunity Overview

The GSA requires a quality building with sound construction, in good condition, and acceptable to GSA standards. The space must be accessible 24/7/365 and located in a modern, campus-like office park or a landscaped site. The total required space for IHS is 12,920 ABOA SF, including specific layouts for open offices, private offices, executive offices, break rooms, reception, storage, file rooms, conference/training rooms, copier areas, and a computer/LAN room.

Key Requirements

  • Space Size: Minimum 12,136 ABOA SF, Maximum 13,566 ABOA SF.
  • Parking: Minimum of 76 surface/reserved parking spaces, either onsite or publicly available within 1,320 feet.
  • Accessibility: 24/7/365 access required.
  • Building Standards: Must meet government requirements for fire safety, accessibility, seismic, and sustainability (including ENERGY STAR® label). Shall not be located in a 1-percent-annual chance floodplain and must be free of asbestos-containing materials (ACM).
  • Security: Facility Security Level I (FSL I) with specific countermeasures, including CCTV, badge access, and duress alarms for the reception area. Cybersecurity measures are also mandated.
  • Interior Build-Out: Specific requirements for flooring, walls (e.g., STC 50 for executive offices), doors, ceilings, electrical, data (CAT 6A cabling, 2 drops per station), voice, and window coverings.

Contract Details

  • Lease Term: 10 Years (120 months) total, with a 5-Year (60 months) firm term. The Government has termination rights after the firm term with 90 days' notice.
  • Lease Type: Fully serviced lease.
  • Pricing: Detailed pricing is required, including shell rental, Tenant Improvement (TI) allowance ($53.06 per ABOA SF), Building Specific Amortized Capital (BSAC), operating costs, and parking. A broker commission credit will be applied as a reduction to rental payments.

Submission & Evaluation

  • Offer Due Date: April 6, 2026, by 2:00 PM Local Pacific Time.
  • Submission Method: Electronically via the Requirement Specific Acquisition Platform (RSAP) at leasing.gsa.gov.
  • Evaluation: Award will be made to the responsible Offeror whose proposal is the lowest priced technically acceptable offer.
  • Required Forms: Offerors must submit GSA Form 1364 (Proposal), GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 12000 (Prelease Fire Protection), Seismic Forms (A-F), and an executed Broker Commission Agreement.

Eligibility & Compliance

  • NAICS Code: 531120 (Exception).
  • Set-Aside: None specified, however, HUBZone small business concerns may elect to waive the price evaluation preference.
  • Compliance: Offerors must be registered in SAM.gov and comply with telecommunications prohibitions under Section 889 of the FY19 NDAA.

Contact Information

For submission inquiries, contact Bruce Keyes at bruce.keyes@gsa.gov or 719-237-5740.

People

Points of Contact

Files

Files

Download

Versions

Version 3
Pre-Solicitation
Posted: Mar 27, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Mar 17, 2026
Version 1
Pre-Solicitation
Posted: Mar 6, 2026
View