Skip to content
General Services Administration

Seeking Competitive Lease Proposals – Office Space in support of USDA Forest Service Operations Atlanta, Georgia

Solicitation: 6GA0316
Notice ID: 01bb64367f0c42c5bde9f872da6c2f8a

Combined Synopsis Solicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: GA. Response deadline: Apr 08, 2026. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,837,450,240
Sector total $2,004,693,248 • Share 91.7%
Live
Median
$2,296,949
P10–P90
$1,360,554$11,663,500
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
91.7%
share
Momentum (last 3 vs prior 3 buckets)
-56%(-$704,894,868)
Deal sizing
$2,296,949 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Atlanta, Georgia • United States
State: GA
Contracting office
Washington, DC • 20405 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
GA20260108 (Rev 0)
Match signal: state matchOpen WD
Published Jan 23, 2026Georgia • Turner, Ware, Wayne
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Including Alarm Installation and Low Voltage Wiring)
Base $33.35Fringe $13.40
+22 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 22 more rate previews.
Davis-BaconBest fitstate match
GA20260108 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Turner, Ware, Wayne
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Including Alarm Installation and Low Voltage Wiring)
Base $33.35Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
+21 more occupation rates in this WD
Davis-Baconstate match
GA20260088 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Charlton
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
+20 more occupation rates in this WD
Davis-Baconstate match
GA20260320 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Chattahoochee, Harris, Marion
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.90Fringe $18.80
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
Rate
OPERATOR: Forklift
Base $32.93Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260100 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Talbot
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELEVATOR MECHANIC
Base $52.08Fringe $38.43
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+17 more occupation rates in this WD

Point of Contact

Name
Frank Whiting
Email
frank.whiting@gsa.gov
Phone
816.446.4909

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS OFFICE OF LEASING
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 531120

Description

THIS REQUIREMENT IS FOR FULLY BUILT-OUT, OFFICE SPACE AVAILABLE

FOR IMMEDIATE OCCUPANCY.

OFFERORS UNABLE TO DEMONSTRATE READY-TO-OCCUPY SPACE ARE

UNLIKELY TO BE CONSIDERED.

This advertisement is incorporated into Request for Lease Proposals (RLP) No. 25REG00 by reference as an RLP attachment. In the event of any conflict between this advertisement and the provisions of RLP 25REG00, the requirements of this advertisement shall take precedence.

The U.S. Government is seeking competitive lease proposals for fully built-out office space leasing opportunities through its online Leasing Portal (leasing.gsa.gov).

Location:

  • City: Atlanta
  • State: Georgia

Delineated Area: (See Delineated Area Map Attached): 

Point of Beginning: I 285 and Hwy 19 to Spalding Dr; Spalding Dr to Dunwoody Rd connecting to Chamblee Dunwoody Rd; Chamblee Dunwoody Rd to Ashford Center Pkwy; Ashford Center Pkwy to Ashford Dunwoody Rd NE; Meadow Ln NE to Perimeter Center N; Perimeter Center E to Lincoln Pkwy E; South of Lincoln Pkwy E connecting to I 285; I 285 heading west to reconnect with Hwy 19 

Lease Term: 10 Years, 3 Years Firm

Termination Rights: 90 Days.

  • Offerors are encouraged to submit rates for all terms available in the application for consideration against future GSA requirements.

Occupancy:

• NO LATER THAN JUNE 1, 2026

• NO TI CONSTRUCTION PERIOD ANTICIPATED; IDEAL SPACE IS FULLY BUILT

Agency Unique Requirements:

  • Minimum ABOA: 5,019
  • Maximum ABOA: 5,269
  • Space Type: Office
  • Parking: 45 Surface Spaces
  • Federal Security Level (FSL) II
  • Tenant Improvement Allowance: $0.00
  • Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF
  • Amortization Term: 3 years for BSAC
  • Building Accessible 24/7/365
  • Hours of Operation: 6AM-6PM Monday – Friday
  • Moving Cost: Relocation of Government's existing furniture, fixtures, and equipment from the current location (within delineated area) to the offered location, at the Offeror’s sole expense. This includes all labor, transportation, and installation associated with 16 workspaces, as well as a breakroom/pantry, meeting rooms, and related telecommunications equipment and fixtures.  
  • Antennas, Satellite Dishes, and Related Transmission Devices:
    • (1) Space located on the roof of the Building sufficient in size for the installation and placement of telecommunications equipment, 
    • (2) the right to access the roof of the Building, and 
    • (3) use of all Building areas (e.g., chases, plenums, etc.) necessary for the use, operation, and maintenance of such telecommunications equipment at all times during the term of this Lease.
  • Server Room: Not to exceed 120 ABOA SF of the Premises shall receive cooling at all times (24 hrs. a day, 365 days a year) for purposes of cooling the designated server room.

Space Requirements:

  • Layout: 5,019 – 5,269 ABOA SF.  Minimum of 16 workspaces, including private offices and open modular workspace. Space must be efficiently designed to support the required operations. Inefficiently designed layouts or configurations that limit functional use may be disqualified from consideration.
  • Space Must Be Contiguous.

Delivery Condition:

  • The Space shall be located in a modern quality Building of sound and substantialconstruction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences.
  • The Government does not anticipate using Tenant Improvements (TI) for this procurement.

Evaluation and Term:

  • Offers will be submitted under RLP #25REG00 on the 10-year / 5-year firm lease term basis but will be evaluated based on a 10-year / 3-year firm term basis.
  • The Government may award a lease with a term different from the evaluated term if necessary to meet mission needs.
  • Evaluation will be lowest-priced, technically acceptable (LPTA), without negotiations, based on as-is condition. Offered space must comply with all applicable Federal, State, and Local jurisdiction requirements, including standards for fire and life safety, accessibility, seismic resilience, and energy efficiency.

Offer Submission Period:

  • April 1-7, 2026 (closes on April 7, 2026 at 8:00 PM ET).

How To Offer:

  • Offers must be submitted through the Leasing Portal: https://leasing.gsa.gov.
  • Login or register for an account by clicking the “Registration” link on the homepage, or select “Create an Account” from the login screen.
  • When completing the offer workflow, enter “25REG00” in the RLP # field to ensure your offer is properly associated with this requirement.
  • Offerors are encouraged to submit all available vacant space within the building that meets or exceeds the stated requirements; the Government will determine which portion—if any—is needed to satisfy the requirement following building tours and due diligence.
  • Offers must include the following attachments:
    1. Scaled floorplan of the offered space
    2. Authorization to represent ownership (if applicable)
    3. Marketing package showing the space is finished and furnished (photos strongly encouraged)

Note: Uploading these three documents is only one part of the offer submission. Offerors must also complete all Leasing Portal questions related to the property, building characteristics, and final rate offer. The portal will guide you through each required section before submission. Offers that do not include completed property and pricing information in the portal will be considered incomplete.

Additional documentation (e.g., due diligence materials, confirmations, or clarifications) may be requested after the response period has closed to verify compliance or confirm technical acceptability.

Additional information:

  • Compliance with Section 889 of the FY19 NDAA is required.
  • Offerors must maintain active SAM.gov registration (RLP Clause 3.06, Item 7).

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.