U.S. Government Seeks Office Space in Independence, Ohio
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), through its Public Buildings Service, is seeking office and related space in Independence, Ohio. This Presolicitation aims to identify potential lessors for a fully serviced lease to replace an expiring government lease. The Government will consider alternative space if economically advantageous. Expressions of Interest are due by April 17, 2026, at 4 PM CST.
Scope of Work
The requirement is for 5,716 to 6,287 ANSI/BOMA Office Area (ABOA) USF (up to 6,573 RSF) of contiguous office space on one floor. The space must be located within a delineated area (North I 480, East Rte. 21, West Rte.42, South I 80) in a prime commercial office district with attractive surroundings. Key requirements include:
- Parking: 14 spaces, meeting local code, available within 2 blocks or 600 feet.
- Accessibility: Employee and visitor entrances connected to public sidewalks; accessible elevators if above ground level.
- Location Restrictions: Not near residential areas, railroad tracks, power lines, strip malls, basements, 100-year flood plains (unless only option), or establishments selling alcohol/firearms or drug treatment/detention facilities. No living quarters within the building.
- Configuration: Conducive to efficient layout, avoiding atriums, extremely long/narrow runs, or irregular shapes. Columns not exceeding 2 feet square, with at least 20 feet between columns/walls.
- Standards: Must meet Government requirements for Security, Fire Life Safety, and Handicapped Accessibility.
- Lease Type: Fully serviced lease, including janitorial, utilities, and tenant alterations.
- Access: 24 hours a day, 7 days a week.
Contract & Timeline
- Opportunity Type: Presolicitation
- Lease Term: 10 years full term, 5 years firm term.
- Tenant Improvement Allowance: $60.67 per USF, totaling $346,789.72.
- Set-Aside: None specified. (NAICS code 531120, HUBZone small businesses may waive price evaluation preference).
- Expressions of Interest Due: April 17, 2026, 4:00 p.m. CST.
- Estimated Occupancy: August 1, 2026.
- Published Date: March 31, 2026.
Submission Requirements & Evaluation
Offerors must submit Expressions of Interest, which serve as formal offers, electronically via the Requirement Specific Acquisition Platform (RSAP) by the deadline. Required information includes building name/address, location of space, layout drawings, public transit routes, rentable/ABOA square footage with expected rental rates (fully serviced, indicating TI amount), date of availability, building ownership, and available parking. The Government intends to award based on the lowest priced technically acceptable offer, following a two-step process of Offer Submittal and Due Diligence. Offerors must be registered in SAM.gov.
Key Documents
Critical documents include GSA Form 1364 (Proposal to Lease Space), which bidders must use for submission, and the Request for Lease Proposals (RLP) Template R100A, which outlines instructions, requirements, and evaluation criteria. The SLAT Lease Template L100A provides the standard lease agreement terms, and 3517A General Clauses (Simplified) and 3516A Solicitation Provisions (Simplified) detail the contractual obligations and submission rules.