United States Government Seeks To Lease Office Space In Lawrence, MA
Presolicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: MA. Response deadline: Apr 10, 2026. Industry: NAICS 531120 • PSC X1AA.
Market snapshot
Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 64 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 531120
Description
Advertisement GSA Public Buildings Service
U.S. GOVERNMENT – 3MA0233
General Services Administration (GSA) seeks to lease the following space:
State: Lawrence
City: Massachusetts
Delineated Area: CBA of Lawrence, MA
Minimum Sq. Ft. (ABOA): 13,523
Maximum Sq. Ft. (ABOA): 13,523
Space Type: Office
Parking Spaces (Total): 66 Spaces
Parking Spaces (Surface): See parking requirement below
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 10 years
Firm Term: 5 years
Option Term: N/A
Additional Requirements:
Space must be in a prime commercial office district with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.
Due to high customer interfacing, adequate and available parking must be nearby the proposed office location. Within 2 walkable blocks preferred.
Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks or power transmission lines.
Space will not be considered where any living quarters are located within the building.
Space shall not be located within the 1%-annual-chance flood plain (formerly referred to as 100-year floodplain) or wetland unless the Government has determined it to be the only practicable alternative.
Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities.
Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 1,200 feet, whichever is less.
Subleases are not acceptable.
Office space must be contiguous, on one floor.
A minimum of 9’ feet to a maximum of 12’ feet ceiling measured from floor to the lowest obstruction are required.
The site shall have two lines of windows for natural lighting.
Site access shall be via a direct route from a primary or secondary street.
No below grade space will be accepted.
Mixed use sites with residential or living quarters located within the building are not acceptable.
Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space.
The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.
Columns size cannot exceed two (2’) feet square and space between columns and/or walls cannot be less than twenty (20’) feet.
The offered space must meet or be capable of meeting Government requirements for security, fire life Safety, accessibility, seismic, and sustainability standards per the terms of the Lease.
If space offered is above ground level, at least two (2) accessible elevators will be required.
The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration.
The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 6:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays).
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.
The U.S. Government currently occupies office and related space in a building under a lease in Providence, RI that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
Expressions of Interest should include the following information at a minimum:
• Building name and address;
• Location of space in the building and date of availability;
• Rentable Square Feet (RSF) offered and full service rental rate per RSF;
• ANSI/BOMA office area (ABOA) square feet offered and full service rental rate per ABOA SF;
• Floor plans (as-built) identifying offered space;
• Name, address, telephone number, and email address of authorized contact.
Expressions of Interest Due: April 10, 2026
Market Survey (Estimated): April/May 2026
Occupancy (Estimated): August 1, 2026
Send Expressions of Interest to:
Name/Title: John Burweger
Cell Phone: 914-456-7137
Email Address: Jburweger@fresinc.com
Government Contact Information
Lease Contracting Officer Ryan Scago
Broker/ Sr. Transaction Manager Dominic Vedder
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.