GSA is seeking a Succeeding Lease for Office space in Charleston, South Carolina
ID: 1SC2095Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R4 OFFICE OF LEASINGATLANTA, GA, 30303, 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 to lease office space in Charleston, South Carolina, specifically within a delineated area defined by Interstate 526 and Riverland Drive to Fort Johnson Road. The requirements include a minimum of 23,061 square feet and a maximum of 26,175 square feet of space that must comply with government standards for fire safety, accessibility, seismic, and sustainability, as well as being outside the 1-percent-annual chance floodplain. This procurement is crucial for accommodating government operations as the current lease is set to expire, and the GSA is exploring economically advantageous alternatives. Interested parties must submit expressions of interest by January 15, 2025, to Willie Acree at willie.acree@gsa.gov, with occupancy estimated to begin on August 12, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Lessor's Annual Cost Statement from the General Services Administration (GSA), detailing cost estimates associated with leasing office space for the government at the property located at 4600 Goer Drive, Charleston, SC. It provides a comprehensive breakdown of the estimated annual costs for services, utilities, and ownership, totaling $731,214.33. Section I specifies costs related to cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services, amounting to $442,320.96, while Section II enumerates costs related to real estate taxes, insurance, and management, totaling $288,893.37. In addition to outlining costs, the document includes certification of the estimates by the property owner, Dave Simmons, confirming that the amounts reflect an accurate estimate of annual expenses. This document plays a vital role in government Requests for Lease Proposals (RLPs), helping ensure the federal agency incurs rent consistent with prevailing local market rates while assessing fair market value for leased space. It serves to inform decisions on leasing office space and the financial implications involved.
    The GSA Public Buildings Service has issued Amendment 1 to Request for Lease Proposals Number 1SC2095 for the SSA in Charleston, South Carolina, originally dated August 25, 2024. The amendment, effective November 4, 2024, details a delineated area for lease submissions. The northern boundary is Interstate 526, with the southern border running from Riverland Drive to Fort Johnson Road, and the eastern and western limits extending along specific sections of Interstate 526 and 17. Offers must be submitted electronically via the Lease Offer Platform (LOP/RSAP) by November 8, 2024, at 5 PM Eastern Time, with strict adherence to submission guidelines, including the auto-population of forms GSA 1217 and GSA 1364. Manual submission of paper documents is not permitted unless authorized. Offerors are required to acknowledge receipt of this amendment and include it with their submissions. All other previously stated terms remain in effect. This document reinforces the federal government's structured approach to lease procurement and compliance requirements within its RFP processes.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property within the federal contracting framework. It emphasizes the instructions for offerors including definitions related to proposal modifications, late submissions, and compliance requirements. Key points include: 1. Offerors must submit proposals in specified formats by the deadline, with allowances for accepted late submissions under certain circumstances. 2. Proposals can deviate from stated requirements if the offeror justifies the advantages it presents for the government. 3. Disclosure restrictions are highlighted, detailing how offerors may mark proprietary data to limit public access. 4. The Government opts for the proposal that offers the best value and reserves the right to reject any or all proposals. 5. Registered entities must provide a unique entity identifier and maintain registration in the System for Award Management (SAM) through the contract's duration. This document serves as a critical guide for prospective offerors, ensuring compliance with regulations and detailing the submission protocols necessary for successful participation in federal lease acquisitions. It reflects the government's structured approach to procurement, emphasizing transparency and fairness in the proposal evaluation process.
    The document outlines the general clauses applicable to the acquisition of leasehold interests in real property by the federal government. It includes defined categories such as definitions, subletting and assignment, default by lessor, payment terms, labor standards, adjustments, audits, and cybersecurity requirements, among others. Key clauses address the rights and responsibilities of both the government and lessors, such as maintenance obligations, compliance with laws, alteration rights, inspection protocols, and payment procedures including prompt payment terms. Additional stipulations highlight the need for ethical conduct, equal opportunity practices, and reporting requirements for small businesses and veterans. The summary emphasizes the framework that supports transparent and fair leasing practices, ensuring adherence to regulations while safeguarding government interests, which is crucial in the context of federal RFPs and related procurement processes. The overall purpose of these clauses is to establish a comprehensive legal basis for leasing agreements, mutual obligations, and compliance, reinforcing governmental standards and accountability.
    The document outlines the agency-specific requirements for leasing space for the Social Security Administration's Office of Hearings Operations (OHO). It details the necessary attributes of both the location and building, emphasizing accessibility, safety, and functionality for conducting independent hearings. Key features include proximity restrictions to freeways and railroad tracks, compliance with accessibility standards, and specific technical needs such as adequate cooling for server rooms. The office layout should be designed for efficient workflows, requiring open spaces and proper signage for public identification. A focus on public transport accessibility and adequate public parking is also mandated. Overall, the document serves as a guideline for prospective lessors to meet the operational needs of OHO while ensuring compliance with relevant legal and safety standards. This framework assists in supporting the SSA's mission by providing suitable environments for the hearing process.
    The government document addresses requirements for contractors concerning telecommunications and video surveillance services. It outlines the representation that offerors must complete, stating whether they will or will not provide covered telecommunications equipment or services in any federal contracts. The document emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which restricts contracts involving certain telecommunications equipment and services deemed security risks. It details the definitions, prohibitions, and necessary disclosures that offerors need to make regarding the equipment and services they intend to furnish. Key components include identifying covered telecommunications equipment, explaining its proposed use, and ensuring the offeror has conducted a reasonable inquiry into compliance with the established prohibitions. Ultimately, this form seeks to protect government operations from security vulnerabilities associated with telecommunications technologies, reinforcing the importance of compliance in federal procurement processes.
    This document outlines the Fire Protection and Life Safety Evaluation process specific to warehouse buildings proposed for leasing by the government. It defines the requirements for two parts of prelease evaluation forms: Part A for spaces under 40,000 square feet or above ground level, and Part B for larger areas needing a comprehensive assessment by a licensed fire protection engineer. The document details fundamental code requirements, emphasizes compliance with building and fire codes, and necessitates thorough evaluations of fire safety systems including automatic fire sprinklers and alarm systems. The evaluation must capture information on warehouse specifications, storage configurations, means of egress, and the performance of existing fire protection systems. Furthermore, it stresses the importance of corrective actions for any identified deficiencies to ensure safety and compliance. This process is essential for safeguarding lives and property through regulatory adherence in federal leasing agreements.
    The GSA Request for Lease Proposals (RLP) No. 1SC2095 seeks conforming offers for a lease in North Charleston, South Carolina, due by 5 PM Eastern on August 25, 2024. The government aims to procure approximately 23,061 ANSI/BOMA square feet in a modern quality building with specific parking and security requirements. The lease term is set for 10 years with a 5-year firm period, allowing for government termination rights with prior notice. Offerors must submit proposals electronically and comply with various standards including environmental and seismic safety regulations, while also addressing accessibility and energy efficiency per the Energy Independence and Security Act. Successful proposals will demonstrate financial capability, compliance with local zoning, and the absence of hazardous materials like asbestos. The RLP outlines detailed requirements for the proposal submission process, pricing, and mandatory forms, emphasizing the importance of leverage existing assets while meeting government standards. Overall, this RLP facilitates the acquisition of suitable office space while ensuring adherence to federal regulations and operational needs.
    The document pertains to a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA) for leasing office space. It outlines fundamental financial details related to the lease, including Shell Rent, Operating Costs, Tenant Improvement (TI) Rent, and various requirements concerning the offered space's physical characteristics and compliance with building standards. It consists of multiple sections detailing the building's specifications (such as square footage, parking availability, and condition), financial aspects (like amortization rates and rent components), and additional provisions like renewal options or adjustments for vacant premises. Key points of discussion include the need for adherence to fire safety, accessibility standards, and seismic requirements, as well as potential cost effective improvements for energy efficiency. Clear guidance is provided on proposals related to tenant improvement allowances, any offered free rent or space, and conditions related to historic properties or HUBZone preferences. The document emphasizes the necessity for detailed offerings in relation to the RLP's terms for effective evaluation and acceptance by governmental authorities. Overall, it serves as a formal structure for lessees to submit competitive proposals that meet federal leasing standards.
    The document outlines the security requirements for federally-leased facilities classified as Facility Security Level II. It provides definitions for "Critical Areas" and "Design-Basis Threat," which inform facility-specific security standards. Key points include entrance access control for employees, stringent control measures for critical areas, visitor access protocols, and the establishment of landscaping and parking regulations to enhance security. Security systems are emphasized, detailing the design, maintenance, and performance testing of Intrusion Detection Systems (IDS) and Video Surveillance Systems (VSS). Guidelines are also established for cybersecurity measures, prohibiting lessors from connecting building systems to federal IT networks and outlining incident reporting protocols. Furthermore, the document mandates cooperation with the Facility Security Committee and affirms the necessity of construction and operations security plans to protect government assets. The outlined procedures prioritize establishing a secure environment for government employees, while ensuring that all systems meet the required standards for safety and threat mitigation. Overall, the document serves to ensure that federal facilities are secure by providing a comprehensive framework for shared security responsibilities between the government and lessors.
    The document outlines the RLP Offer Attachment concerning seismic compliance standards for federal leased buildings. It specifies the required pre-award and post-award forms that Offerors must complete to demonstrate conformity with RP 8 standards. Forms A through D address seismic compliance evaluations, while Forms E and F pertain to retrofitted and new buildings, respectively. Key forms include Form A for Benchmark Buildings, Form B for existing buildings, and Form C which outlines commitments for retrofitting or new construction. Additionally, Form D permits Offerors to claim exemptions under specific conditions. Engineers must validate compliance at various stages, assuring that designs and renovations meet established safety objectives as per ASCE/SEI standards. The document serves a critical purpose in government RFPs by ensuring that federal spaces are constructed or retrofitted to meet safety standards against seismic risks. It emphasizes the responsibilities of engineers to certify compliance and provides structured documentation to support the federal government’s commitment to safety in building infrastructure. The guidelines aim to minimize risks associated with seismic activity, ensuring suitable accommodations for federal operations while adhering to regulatory requirements.
    Lifecycle
    Similar Opportunities
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA for further details.
    7NC2156-R1-The US Government Seeks to Lease Office and Related Space in Charlotte, NC
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office and related space in Charlotte, North Carolina, under Request for Lease Proposal (RLP) No. 7NC2156-R1. The procurement requires a minimum of 21,612 and a maximum of 22,260 ABOA square feet of contiguous office space, with a lease term of 15 years, including a 10-year firm period. This space is essential for accommodating government operations and must comply with federal standards for safety, accessibility, and sustainability, including seismic and fire safety requirements. Interested parties must submit their offers electronically by January 9, 2026, with occupancy anticipated in Summer 2027. For further inquiries, contact Lease Contracting Officer Jessica Herring at jessica.herring@gsa.gov or Broker Robert Brunton at robert.brunton@gsa.gov.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Panama City, Florida, with specific requirements for the location and building characteristics. The GSA requires a minimum of 4,176 square feet and a maximum of 4,350 square feet of contiguous office space, ideally situated on the second floor or higher, with five reserved parking spaces and compliance with various government standards for safety and sustainability. This procurement is crucial as the U.S. Government's current lease is expiring, and the GSA is exploring economically advantageous alternatives for its office needs. Interested parties must submit their expressions of interest by December 29, 2025, including detailed property information and contact details, to Bryant Porter at bryant.porter@gsa.gov.
    U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlottesville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0782. The agency requires a minimum of 5,100 and a maximum of 6,180 ABOA square feet of contiguous office space, with specific requirements including three reserved parking spaces within three blocks and compliance with various government standards for safety and accessibility. The lease term is set for ten years, comprising a five-year firm term and a five-year option, with proposals now due by December 19, 2025, at 4:00 PM EST. Interested offerors should submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Nicholas Dippel at nicholas.dippel@gsa.gov or 267-496-5427 for further information.
    Lease of Office Space within Silver Spring, MD
    General Services Administration
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    5VA0808 GSA Seeking Office Space in Danville, VA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Danville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0808. The procurement requires a space ranging from 1,000 to 1,700 ABOA square feet, with a 10-year initial full term and a 3-year firm term, emphasizing modern construction standards and energy efficiency compliance. This office space will support federal operations, necessitating features such as reserved parking, accessibility, and adherence to safety regulations. Proposals are due by December 29, 2025, at 2:00 P.M. EST, and interested parties should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772 for further information.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.