Skip to content
General Services Administration

Seeking Competitive Lease Proposals – Administrative Office Space in support of Law Enforcement Operations Minot, ND

Solicitation: 25REG00_35
Notice ID: 6b3644d7816b4988a07507d2ef32375e

Combined Synopsis Solicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: ND. Response deadline: Feb 10, 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
$1,595,675,818
Sector total $1,653,287,284 • Share 96.5%
Live
Median
$1,753,928
P10–P90
$123,990$177,792,049
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.5%
share
Momentum (last 3 vs prior 3 buckets)
+5750%($1,542,039,480)
Deal sizing
$1,753,928 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 ND
Live POP
Place of performance
Minot, North Dakota • United States
State: ND
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
GSA Office of Leasing
Email
leasing@gsa.gov
Phone
Not available

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

IMPORTANT – READ THIS ENTIRE ADVERTISEMENT AND RLP PACKAGE BEFORE SUBMITTING AN OFFER

  • THIS REQUIREMENT IS FOR FULLY BUILT-OUT, FINISHED, AND FURNISHED OFFICE SPACE AVAILABLE FOR IMMEDIATE OCCUPANCY.

  • OFFERORS UNABLE TO DEMONSTRATE READY-TO-OCCUPY SPACE ARE UNLIKELY TO BE CONSIDERED.

  • ALTERNATIVE SPACE MAY BE REVIEWED ONLY IF IT CAN BE DELIVERED PROMPTLY WITHOUT EXTENDED BUILD-OUT OR FURNITURE LEAD TIMES.

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 as-is, fully finished, and furnished administrative office space to support law-enforcement operations.

Location:

  • Within the City of Minot corporate limits and immediately adjacent commercially zoned areas.

Lease Term:

  • 10 year, 5 years firm

Occupancy:

  • As soon as practicable following lease execution
  • No construction period anticipated; ideal space is fully built out and furnished

Space Requirements:

  • Layout: 3,800 - 4,750 ABOA SF. Minimum of 19 workspaces (including private offices or 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.
  • Configuration: Contiguous space required. If only non-contiguous space is available, up to 3–4 suites within the same building may be considered at the Government’s discretion.
  • Parking Requirement: Must provide secured or have the ability to be secured surface parking for 19 Government Owned Vehicles (GOVs).
  • Conference Room: Minimum 325 ABOA SF
  • Server Room: Minimum 100 SF with 24/7 cooling
  • Floor Location: 1st floor required
  • Facility Security Level (FSL): II minimum
  • Access: Main entry doors must support cipher lock access. If not installed, offerors must ensure compatibility and include modification costs in the shell rate.
  • Collocation: The Government will not consider collocation with tenants whose clientele or operations conflict with law enforcement functions.

Delivery Condition:

  • Space must be delivered fully furnished, including systems furniture, private office furnishings, conference tables/chairs, and storage.
  • Furnishings must be professional grade, durable, and compliant with federal safety standards.
  • The Government does not anticipate using Tenant Improvements (TI) or Building Specific Amortized Capital (BSAC) for this procurement.
  • Offered rates must reflect this as-is, furnished delivery condition.

Evaluation and Term:

  • Offers will be submitted and evaluated under RLP #25REG00 on a 10-year / 5-firm occupancy term basis.
  • Evaluation will be lowest-priced, technically acceptable (LPTA), based on as-is condition.
  • The Government may award a lease with a term different from the evaluated term if necessary to meet mission needs.

Open Period:

  • Only offers submitted between February 1–9, 2026 (closes 8:00 PM ET) will be considered.

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.
  • Offer Submission Guidance: 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.
  • Initial offers must include:
    • Scaled floorplan of the offered space
    • Authorization to represent ownership (if applicable)
    • 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. A sample due diligence letter may be attached to this advertisement for reference.

Additional Notes:

  • 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.

No downloadable attachments detected for this notice.

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.