General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0314
ID: 3TN0314Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of approximately 8,432 ANSI/BOMA Occupant Area square feet of office space in Chattanooga, Tennessee, under Solicitation No. 3TN0314. The space must be in a modern building that complies with specific safety, accessibility, and environmental standards, including seismic safety requirements and the absence of asbestos-containing materials. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations regarding safety and security. Proposals are due by November 8, 2024, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov for further information.

    Files
    Title
    Posted
    This document outlines a lease agreement between a selected Lessor and the U.S. Government, managed by the General Services Administration (GSA). The lease includes key details such as the premises for office space and associated rights, the ten-year lease term with five years firm, rental considerations, and provisions for alterations, tenant improvements, and maintenance responsibilities. The annual rent is structured with differentiations for firm and non-firm terms, detailing base rent, operating costs, and potential tenant improvement allowances. Notable provisions encompass termination rights, the ability to request alterations, and conditions for adjustments in rent due to real estate tax changes. The agreement emphasizes compliance with federal standards, including energy independence and environmental regulations. Documents incorporated into the lease and requirements for managing changes in ownership of the property are specified. The structure ensures clear delineation of responsibilities, financial obligations, and operational standards dictated by the lease. The primary purpose of the document is to formalize a legally binding agreement between the government and the Lessor, facilitating government operations within the specified leased space while managing costs and expectations.
    The General Services Administration (GSA) is soliciting proposals for a lease in Chattanooga, TN, through Request for Lease Proposals (RLP) No. 3TN0314, with offers due by November 8, 2024. The government seeks approximately 8,432 ANSI/BOMA Occupant Area square feet of contiguous space in a modern building that meets specific safety, accessibility, and environmental standards. Required features include at least four reserved parking spaces, compliance with seismic safety standards, and no asbestos-containing materials. The lease will last for ten years, with an initial five-year firm commitment, allowing the government to terminate early with appropriate notice. Notable eligibility criteria include offering an efficient layout, meeting energy efficiency standards, and providing access to public transportation. Proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) and must include comprehensive pricing and technical information, as outlined in the document. This RLP emphasizes transparency, proper procedures for selection, and environmental considerations to ensure compliance with government regulations during the leasing process. The proposal package includes detailed instructions, terms, and requirements to assist applicants in preparing their submissions effectively.
    The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property. It defines critical terms such as "discussions," "proposal modification," and "submission methods," emphasizing the need for strict compliance and timely submissions. Offerors must submit proposals in prescribed forms, clearly identifying any deviations from the solicitation, and adhere to guidelines for late proposals and modifications, which may only be considered under specific conditions. The Government retains the right to evaluate proposals based on best value and may reject any proposal if deemed in its interest. Additionally, compliance evaluations will be conducted for contracts exceeding ten million dollars, and detailed requirements for offeror registration in the System for Award Management (SAM) are specified. This document serves as a comprehensive framework for both the submission and evaluation of proposals within the federal leasing process, ensuring transparency and adherence to regulatory standards that govern federal grants and contracts. Overall, it lays the groundwork for a structured approach to securing leasehold interests, reflecting the government's commitment to fair competition and compliance in procurement processes.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property as specified by the General Services Administration (GSA). It details various clauses referenced under federal procurement regulations, including definitions, subletting, maintenance, payment processes, compliance with laws, and labor standards. Key clauses address rights and obligations of both lessors and the government, such as default conditions, inspections, alterations, and payment protocols, including prompt payment timelines and procedures for handling payments through electronic funds transfer. The file serves as a formal reference for contractors involved in government leasing agreements, ensuring compliance with set standards. It emphasizes the importance of ethical conduct, legal compliance, and accountability in transactions, particularly in context to security requirements and the prohibition on using certain telecommunications and information technology. By defining the roles, responsibilities, and expectations surrounding lease agreements, this document underscores the government’s commitment to maintaining transparency and efficiency in public sector contracts.
    The document outlines the Security Requirements for Level II facilities leased by the federal government, emphasizing enhanced safety protocols and architectural specifications. It defines critical areas that must be secured to prevent unauthorized access, specifies control measures for facility entrances, common areas, and utility spaces, and mandates a formal key control program. The Lessor is required to accommodate security measures such as restricted access to critical areas, effective visitor management after hours, and appropriate landscaping to prevent concealment of potential threats. Additionally, it details security system requirements including Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarm systems that must be designed, installed, and maintained adequately. The Lessor must also ensure that systems comply with cybersecurity protocols, protecting against potential intrusions and safeguarding sensitive information. The document emphasizes the need for operational cooperation with the Facility Security Committee and adherence to emergency plans and construction security measures. Overall, this directive aims to establish a secure environment for government operations, aligning with federal safety standards.
    The document outlines security standards and pricing details for a government lease, specifically focusing on the Building Specific Amortized Capital (BSAC) requirements and corresponding security countermeasures. It categorizes security measures into sections including facility entrances, interior government space, building exteriors, security systems, operational protocols, and cybersecurity. Key items include employee access control, public restroom access, video surveillance systems, intrusion detection systems, and construction security plans, with some components marked as 'priced in shell' which indicates they will not require pricing on this document. The intent is for the lessor to provide unit price quotations for security improvements that align with the final design intent and construction documents. This document serves as a baseline for ensuring security compliance in federal government facilities and will guide negotiations on security enhancements before the issuance of a 'Notice To Proceed'. The structure of the document is methodical, categorizing security requirements to ensure clarity and completeness in addressing safety measures across various facility areas. Overall, it reflects the government's commitment to comprehensive security standards in building leases.
    The document in question appears to be a placeholder relevant to the use of Adobe Reader and does not contain any substantive information related to federal government RFPs, grants, or state and local RFPs. Consequently, there are no identifiable topics, key ideas, or supporting details to summarize. It primarily offers guidance on software compatibility and support resources for users attempting to view a document. The omission of actual content renders any further analysis or summary impossible, as there are no central ideas or relevant data points to extract or paraphrase. Therefore, any interpretation regarding government RFPs or grants cannot be established based on the provided text.
    The document serves as the Lessor's Annual Cost Statement required by the General Services Administration (GSA) for federal lease proposals, outlining the estimated annual costs associated with services, utilities, and ownership of a leased property. It includes detailed sections where lessors must itemize various costs such as cleaning, heating, electrical, plumbing, and maintenance for the entire building and the leased area specifically utilized by the government. Additionally, the lessor must report costs associated with real estate taxes, insurance, management, and other miscellaneous expenses. The document mandates that lessors provide accurate estimates based on previous costs while adhering to guidelines that ensure rental rates are competitive. Instructions guide the lessor on calculating the rentable area and clarifying any discrepancies in services provided to government-leased space compared to the entire building. Finally, a certification section requires the lessor's signature, affirming the accuracy of the reported costs. Overall, this document is integral to maintaining transparency and fairness in federal leasing practices.
    The General Services Administration (GSA) has released a prelease form for the Fire Protection and Life Safety Evaluation of office buildings, which consists of two parts depending on the building's floor location. Part A, completed by the offeror, is for spaces below the 6th floor and requires general building information, fire protection systems assessment, and compliance with relevant fire codes. Part B necessitates a detailed evaluation by a licensed fire protection engineer for spaces on or above the 6th floor, including a comprehensive report of the building’s fire safety conditions, compliance, and identification of deficiencies along with corrective actions. The document outlines specific requirements for fire alarm systems, automatic fire extinguishing systems, means of egress, and elevator safety, all crucial for ensuring the offered space meets safety criteria. Reports not aligned with these standards will be returned without review. Overall, this GSA form ensures that government-leased office spaces adhere to stringent fire protection and life safety regulations, facilitating compliance and risk management during occupancy.
    The document outlines the representation requirements regarding certain telecommunications and video surveillance services or equipment as mandated by the federal government, specifically under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It details the obligations of the "Offeror," who must confirm whether they will provide or utilize covered telecommunications equipment/services, defined as systems or services that include specific critical technologies and components. The prohibitions include contracting with entities using such equipment, emphasizing compliance with Section 889's directives. The Offeror must affirmatively represent their status concerning covered telecommunications and, if applicable, disclose pertinent details about the equipment or services involved, including the manufacturer, model numbers, and purposes of use. The document includes guidance for reviewing the System for Award Management (SAM) for excluded entities, ensuring transparency in federal procurement practices. Overall, the provisions aim to safeguard national security interests while regulating telecommunications contracts in federal solicitations.
    The document outlines the seismic compliance requirements for buildings associated with federal leases, specifically through various pre-award and post-award forms. Forms A through D are pre-award submissions, where Offerors or their engineers must certify seismic standards as per RP 8 (“Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”). Form A is for Benchmark Buildings, while Form B is for existing buildings. Should the building not meet standards, Form C commits Offerors to retrofit or adhere to design codes for new constructions. Form D allows for exemptions from seismic standards under specific conditions. Forms E and F serve as post-award submissions when retrofitting or new constructions are involved, requiring engineers to affirm compliance with pertinent safety objectives. The document details the necessary conditions and responsibilities of licensed engineers, the definitions of terms used, and relevant standards to ensure safety in federal building projects. This submission framework ensures that all buildings used for government purposes comply with required seismic safety measures, facilitating consistent adherence to federal standards.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Nashville, Tennessee, under Solicitation Number RLP 4TN0320. The required space must be between 2,349 and 2,701 square feet, located on the second floor or higher, and must meet specific government standards for fire safety, accessibility, seismic compliance, and sustainability. This procurement is crucial for accommodating government operations in a modern facility that is accessible to public transportation and parking. Interested parties must submit their offers electronically by November 8, 2024, and can direct inquiries to Melissa Hein at melissa.hein@gsa.gov or Tyrekca Scott at tyrekca.scott@gsa.gov for further assistance.
    GSA Seeks office space to lease office space in Clarksville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Clarksville, Tennessee, specifically requiring a total of 2,658 square feet of office space with five surface parking spaces. The leased property must comply with government standards for fire safety, accessibility, seismic considerations, and sustainability, and it must not be located in a floodplain with a 1-percent annual chance of flooding. This opportunity is crucial for providing necessary office facilities for government operations in the area. Interested parties must submit their Expressions of Interest by October 23, 2024, with a market survey estimated for November 15, 2024, and anticipated occupancy by August 7, 2026. For further inquiries, contact Tye Battle at Tye.Battle@gsa.gov or Tyrekca Miller at Tyrekca.Miller@gsa.gov.
    Government seeking Warehouse space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse space in Nashville, Tennessee, specifically within a delineated area that includes I-24, I-40, and Central Pike. The requirements include a minimum of 7,500 square feet of climate-controlled space with specific features such as motorized roll-up doors, a pedestrian door with access control, and the capability to power up to seven vehicles, all while adhering to government safety and accessibility standards. This procurement is crucial for supporting government operations, and offers are due by October 28, 2024, with an estimated occupancy date of September 16, 2025. Interested parties should submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Tyrekca Miller at tyrekca.miller@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charleston, South Carolina, with specific requirements outlined for potential offers. The GSA requires a contiguous space of 15,444 square feet located on the second floor or higher, with a minimum column spacing of 20 feet, and must be situated in a modern building constructed of durable materials. This procurement is crucial for accommodating government operations while ensuring compliance with fire safety, accessibility, seismic, and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with occupancy anticipated in July 2026. For further inquiries, contact Timothy Mazzucca at timothy.m.mazzucca@gsa.gov or 202-652-4199.
    General Services Administration (GSA) seeks to lease space in Grenada, MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    General Services Administration (GSA) seeks to lease the following space in Baltimore, MD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Baltimore, Maryland, with specific requirements outlined in a presolicitation notice. The desired space must range from 39,540 to 41,200 rentable square feet, distributed across a maximum of four floors, with at least 35,540 square feet contiguous on three consecutive floors, and located on the third floor or higher. This procurement is crucial as the government is exploring alternative office locations due to the impending expiration of its current lease, aiming to assess the cost-effectiveness of relocating. Interested parties must submit expressions of interest by October 25, 2024, including detailed documentation and drawings, with the anticipated occupancy date set for August 1, 2028. For further inquiries, contact Thea Konesavanh at thea.konesavanh@gsa.gov or 267-909-4628.
    General Services Administration (GSA) seek to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Greenville, South Carolina, under Request for Lease Proposals (RLP) No. 3SC0184. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. This procurement is essential for accommodating federal operations and ensuring compliance with federal regulations, including environmental assessments and seismic safety standards. Proposals are due by November 6, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4LA0288
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office, lab, and storage space in Baton Rouge, Louisiana, under Solicitation No. 4LA0288. The required space must range from 27,000 to 29,700 square feet, designed for a single tenant in a modern building that meets specific construction and accessibility standards, including 24/7 access and a weather-protected loading area. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations, including fire safety and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with market surveys anticipated in November 2024 and projected occupancy around October 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.