U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Maryland
City: Linthicum Heights
Delineated Area:
Point of Beginning: Starting at the intersection of Winterson Rd. and the Baltimore-Washington Parkway/Rt. 295, south to Metropolitan Blvd/Rt. 195 east to Aviation Blvd/Rt. 170 north to S. Camp Meade Rd/Rt. 170 east to Andover Rd. east along Cabin Branch Stream north to Rt. 97 west to Baltimore Beltway/Rt 695 north to N. Hammonds Ferry Rd. south to W. Nursery Rd. south to Baltimore-Washington Parkway/Rt. 295 south to Winterson Rd. and the point of beginning.
Minimum Sq. Ft. (ABOA): 56,605
Maximum Sq. Ft. (ABOA): 58,269
Space Type: Office
Parking Spaces (On-Site Reserved): 233
Full Term: 10 years
Firm Term: 5 years
Option Term: 5 years
Additional Requirements:
The Government shall have access to the space 24 hours a day, 7 days a week.
Space shall be contiguous on no more than four floors.
The proposed facility shall not be located within a ¼ mile drivable distance of any facilities identified by the Interagency Security Committee (ISC) as “hazardous materials transportation/storage facilities.” Examples of hazardous locations include facilities with potential environmental threats, such as fuel storage areas, gas stations, chemical manufacturing facilities, etc., as well as railroad lines transporting hazardous material.
The proposed facility shall not house a low-risk facility. Examples of “low risk facilities” include day care centers, schools, hospitals and religious/rehabilitation/social service centers.
The proposed facility shall not house the Public Defenders, Immigration and Customs Enforcement, Probation Offices or other businesses or facilities deemed unacceptable by the Agency for security purposes.
The office will be furnished with file safes weighing between 850 - 1,000 pounds each. Although the safes will be dispersed throughout the office, the floor load of the proposed site shall be capable of supporting this additional weight.
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain.
Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
Offers Due: 9/23/2022 5:00PM EST
Occupancy: 10/1/2023
Send Offers to:
Electronic Offer Submission:
Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.
Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.
Solicitation Number:
Solicitation (RLP) Number: 0MD2366
Government Contact Information (Not for Offer Submission)
Caitlin K. O’Donnell
Lease Contracting Officer
215-446-4855
[email protected]
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.