Skip to content
General Services Administration

General Services Administration (GSA) seeks to lease the following space in Washington, DC:

Solicitation: 1DC2380
Notice ID: c75bd3f274424f358bdff62ea06ca5ff
TypeSolicitationNAICS 531120PSCX1AASet-AsideNONEDepartmentGeneral Services AdministrationAgencyPublic Buildings ServiceStateDCPostedMar 13, 2026, 12:00 AM UTCDueMar 27, 2027, 08:00 PM UTCCloses in 380 days

Solicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: DC. Response deadline: Mar 27, 2027. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

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

12-month awarded value
$1,670,251,267
Sector total $1,734,721,369 • Share 96.3%
Live
Median
$3,900,038
P10–P90
$835,876$13,588,154
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.3%
share
Momentum (last 3 vs prior 3 buckets)
+2059%($1,522,349,059)
Deal sizing
$3,900,038 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 DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
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
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Bryant Porter
Email
bryant.porter@gsa.gov
Phone
2026248515

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS R00 CENTER FOR BROKER SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 531120

Description

General Services Administration (GSA) seeks to lease the following space:

State: District of Columbia

City: Washington

Delineated Area: Central Employment Area

Minimum Sq. Ft. (ABOA): 27,027

Maximum Sq. Ft. (ABOA): 29,729

Space Type: Office

Parking Spaces (Total): 6 on-site, reserved, structured spaces, plus additional on-site parking per local code

Parking Spaces (Unreserved): Per local code

Parking Spaces (Reserved): 6

Full Term: 15 years

Firm Term: 10 years

 Option Term: N/A

Additional Requirements:

  • A Metrorail Station must be located within 2,640 walk-able linear feet (WLF) from the main entrance of the offered building.
  • Offered space must be contiguous and located above-grade with the exception of 13,137 ABOA SF, which must be located on the first floor of the offered building for a public facing component.  Offerors that previously expressed interest are required to update their expressions to include evidence that they are capable of meeting this requirement.
  • Offered base building must provide:
    • Minimum finished ceiling height of 8’6” throughout;
    • Minimum column spacing of 24’ by 24’ or equivalent.
  • Offered space must be capable of meeting ISC Level 3 Security Requirements, as determined by the Government in its sole discretion

           

The Government is seeking expressions of interest from sources of office and related space for a minimum of 27,027 ANSI/BOMA Office Area (“ABOA”) square feet (SF) to a maximum of 29,729 ABOA SF. The offered space must meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced.  Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).  Not all minimum requirements are stated in this advertisement.

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.

Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space.

Initial Offers Due: March 27, 2026

Occupancy (Estimated): June 2027

Send Expressions of Interest to:

Name/Title: Bryant Porter, Corporate Managing Director, Savills Inc.

Address: 600 13th Street, NW, Suite 800, Washington, DC 20005

Office: 202-624-8515

Email Address: bryant.porter@gsa.gov

Government Contact

Lease Contracting Officer: Jason Adams

Broker: Bryant Porter (Savills Inc.)

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.