General Services Administration (GSA) seeks to lease the following space: 4NC0330
ID: 4NC0330Type: 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 Wilmington, North Carolina, under the project code 4NC0330. The procurement requires a minimum of 2,415 square feet of contiguous office space located on the second floor or above, within a delineated area bounded by Orange Street to the south and the NC Cape Fear River to the west, and no more than four blocks from the Federal CTHS. This lease is crucial for accommodating government operations and must comply with various safety and sustainability standards, including fire safety and accessibility requirements. Interested parties should contact Alvin P. Jackson at alvin.jackson@gsa.gov or call 404-562-0858 for further details, as the full term of the lease is 120 months with a firm term of 60 months and an option term of 60 months.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms of Lease No. GS-04P-LNC02861 between a Lessor and the U.S. Government, managed by the General Services Administration (GSA). It establishes the agreement's effective date, roles of the parties, and specific leasing conditions, including a ten-year lease term with a five-year firm commitment. Key sections cover premises specifications, rent structures, improvements, and responsibilities of both parties. The Government is entitled to office space, parking, and rights for equipment installations. Rental payments include shell rent, operating costs, tenant improvements, and building-specific amortized capital, which will undergo adjustments based on actual space measurements and improvements. Notably, the lease allows termination rights and renewal options. Additionally, regulations regarding alterations, broker commissions, tax adjustments, and operational costs are detailed. Emphasizing compliance with legal and environmental standards, the lease underscores tenant improvement allowances and procedures for payments. This lease reflects the ongoing government effort to secure suitable office space while managing fiscal responsibilities and operational efficiency. Overall, it encapsulates federal leasing processes to ensure transparency, accountability, and structured agreements.
    The document outlines the Federal Defender Work Chart for assessing space needs, including private and common office spaces, as well as parking requirements for federal defender organizations. It includes specific instructions for completing sections regarding private offices, general spaces, and workload, emphasizing adherence to designated square footage standards while providing flexibility for future expansion based on staff increases. Currently, the organization occupies 562 rentable square feet and requests a total of 2,904 usable square feet, driven by staff projections and the need for facilities to adequately serve legal operations. Moreover, the expiration of the current lease on 3/31/2024 underscores the urgency to secure additional space or relocate. A narrative justification is required to clarify the circumstances prompting the request, the desired timeline, funding availability, and whether the expansion will be at the current location or elsewhere. The document also refers to a comprehensive U.S. Courts Design Guide revised in 2021, detailing the federal judiciary's space design standards, providing guidelines for future courtroom and facility needs, and emphasizing collaboration among judiciary personnel and design teams to ensure functional and cost-effective spaces. The need for flexibility and adherence to specific design standards indicates a structured approach in improving courthouse infrastructure to meet evolving judicial demands.
    The document outlines Security Requirements for government-leased facilities at Facility Security Level II. It specifies obligations for lessors regarding access control, critical area security, visitor management, and the integration of security technology. Key areas include employee access controls, restrictions to critical areas, proper identification procedures, and control over public spaces. Additional stipulations mandate the installation and maintenance of security systems such as intrusion detection, video surveillance, and duress alarms. Lessor responsibilities involve the design, installation, and ongoing maintenance of these security systems, ensuring compliance with government standards. The document emphasizes protection against physical and cybersecurity threats, mandating security tests and maintenance protocols. Also highlighted are landscaping techniques to minimize concealment for potential threats, guidelines for parking management, and specific instructions for handling construction security and cybersecurity incidents. The purpose of these requirements is to ensure the safety and security of government facilities and personnel, reflecting comprehensive measures against a range of potential threats. Maintaining secure environments is critical in government operations, making adherence to these guidelines essential for lessors engaged in federal contracts.
    This document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property, primarily focusing on the instructions to offerors, submission requirements, and evaluation criteria. Key definitions include terms like "discussions," "proposal modification," and "proposal revision." Offerors are reminded to acknowledge amendments and provide clear submission details, including formatting and deadlines. Late proposals have specific conditions under which they may still be considered. The government intends to award leases based on proposals that offer the best value, subject to evaluation criteria outlined in the solicitation. Important provisions also address the necessity of registration in the System for Award Management (SAM), including the requirement for a unique entity identifier and compliance throughout contract performance. The document further stipulates the handling of proposals with confidential data, the execution process based on the entity type, and the implications of flooding on lease awards. Overall, this information serves as guidance for potential offerors participating in government leasing transactions, ensuring compliance with regulations and enhancing the efficiency of the proposal process. Proper understanding and adherence to these provisions are fundamental for successful bids within the federal framework.
    This document outlines the General Clauses applicable to leases for the acquisition of leasehold interests in real property by the government, specifically at or below the Simplified Lease Acquisition Threshold (SLAT). It includes provisions that cover definitions, maintenance responsibilities, rights to inspect premises, fire and casualty damage protocols, and default conditions for lessors. The clauses set forth requirements for lessors concerning property maintenance, compliance with laws, and handling disputes. The document incorporates a range of Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR) clauses that govern contract relationships, covering topics such as equal opportunity, safeguarding contractor information, and payment processes. Essential details include the government's rights to conduct inspections and the responsibilities of lessors regarding maintenance and compliance with applicable regulations. The guidelines ensure that the government's interests are protected throughout the lease period, ultimately striving for accountability, safety, and legal adherence in government contracting processes.
    The document appears to be encountering issues displaying its content and does not provide any specific details related to government RFPs, federal grants, or state and local RFPs. As such, no main topic, key points, or supporting details can be extracted or summarized from the provided text. Therefore, a coherent summary or analysis of the intended information in the document cannot be generated until the content is made accessible. The request may require reviewing the file in a compatible format or software to obtain the necessary details for analysis.
    The Lessor's Annual Cost Statement, managed by the General Services Administration (GSA), outlines the estimated annual costs associated with providing services and utilities as part of a rental agreement for government-occupied buildings. The document details two main sections: the estimated annual cost of services and utilities (Section I) and the estimated annual ownership costs exclusive of capital charges (Section II). Lessor candidates are required to provide cost estimates for various services, including cleaning, heating, electrical, and maintenance, differentiating between total building costs and those applicable to government-leased areas. Additionally, costs related to real estate taxes, insurance, and management must be documented to assist in determining fair market value for the rental space. The instructions emphasize the importance of accuracy and adherence to regional rental standards as part of GSA's leasing policy. The statement also includes a certification section for the lessor to ensure the provided estimates represent their best judgment regarding the annual costs of utilities and services associated with the leased property. This document is crucial to facilitate a transparent and standardized rental process within government leasing operations.
    The document outlines the Fire Protection and Life Safety Evaluation required by the General Services Administration (GSA) for office building spaces. It is structured in two parts: Part A for spaces below the 6th floor, requiring completion by the Offeror, and Part B for spaces on or above the 6th floor, necessitating a detailed narrative report from a licensed fire protection engineer. The evaluation must ensure compliance with local building and fire codes, focusing on fire protection systems, means of egress, and safety measures. Key requirements include identifying the building’s general information, fire alarms, exit signs, elevators, and automatic fire suppression systems. The professional engineer must document findings and offer corrective actions for any deficiencies noted. This assessment aims to ensure safety and compliance for governmental occupancy, serving as part of the procurement process for federal RFPs and grants, emphasizing the importance of fire safety in public facilities. The evaluations are valid for five years, provided no significant modifications occur in the building. Overall, this document reinforces the GSA's commitment to maintaining high safety standards in federal leasing arrangements.
    The document outlines the requirements for a Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment as part of government contracting. It mandates that Offerors provide disclosures about the use and provision of covered telecommunications equipment and services, which are defined in the context of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The provisions specifically prohibit the procurement of any equipment or services that involve covered telecommunications as critical technology or essential components. Offerors must conduct reasonable inquiries to address compliance and must disclose any relevant covered equipment or services, including the entities involved and their intended use. The key objective is to ensure that government contracts do not utilize telecommunications that could compromise security or violate federal regulations. The document emphasizes transparency and compliance regarding the performance of provided services in government contracts. Overall, it serves as a crucial guide for ensuring national security in telecommunications equipment and services related to government performance standards.
    The document outlines the Request for Lease Proposal (RLP) No. 4NC0330 for the Federal Public Defender in Wilmington, NC, detailing the terms of a Commission Agreement between the Lessor and Savills Inc. as the Broker. It establishes that, upon a lease award to the Lessor by the General Services Administration (Tenant), a commission of 4% of the Aggregate Lease Value will be paid. The Aggregate Lease Value includes initial rental costs, potential rental increases, but excludes any rental abatements, escalations related to operating expenses, and commissions on optional lease periods. Payments to the Broker are structured to be made in two installments: half upon lease award and the remainder upon tenant occupancy or lease commencement. Confidentiality regarding commission and credit information is emphasized, as is the liability limitation for both parties. The document concludes with a request for an authorized signature to indicate acceptance of the Agreement. Overall, it serves as a formal framework for broker representation and commission arrangements for the lease of government office space, reflecting standard practices in federal RFPs and real estate transactions involving government entities.
    The document outlines Security Requirements for Facility Security Level II, targeting the design and operation of government-controlled spaces. Key specifications include strict access control measures at entrances and common areas, especially for sensitive “Critical Areas,” which must maintain security against unauthorized access. The Design-Basis Threat (DBT) method lays the groundwork for establishing security standards and countermeasures. Detailed requirements highlight the need for robust physical security features, such as high-security locks, visitor identity verification, and a robust Video Surveillance System (VSS) alongside an Intrusion Detection System (IDS). Landscaping must also facilitate security by minimizing concealment opportunities. The document emphasizes collaboration between the lessor and government officials, including adherence to maintenance protocols for security systems, with prompt repairs for critical components. Provisions for cybersecurity to protect Building Access Control Systems (BACS) are specified, prohibiting direct connections to federal IT networks, while encouraging best practices in system management. Overall, this comprehensive framework ensures facilities remain secure against various threats while maintaining operational integrity, essential for fulfilling the requirements of government RFPs and contracts related to facility security.
    This document outlines the Request for Lease Proposals (RLP) No. 4NC0330 by the GSA for office space in Wilmington, NC, with proposals due by November 29, 2024. It specifies conditions for eligibility, the required type of office space, and essential lease terms. The lease is intended for a single contiguous area of approximately 2,415 square feet, requiring reserved parking and a minimum initial term of ten years. Key factors include site location in a prime commercial area, accessibility, and compliance with environmental standards. The RLP mandates adherence to the Energy Independence and Security Act and requires evidence of energy efficiency measures. Offerors must submit initial proposals electronically through the RSAP platform, detailing all costs associated with the lease offer, including tenant improvements and ongoing operating costs. The method of award favors the lowest priced, technically acceptable proposal, with potential negotiations based on step evaluations. The document serves as a guide for potential landlords to provide leasing offers that meet federal standards, emphasizing thorough submission guidelines and compliance requirements integral to government leasing processes.
    Similar Opportunities
    General Services Seeks to Lease the Following Space: Solicitation No. 0NC2167
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a 10-year lease of 12,317 ABOA square feet of office space in Wilmington, North Carolina, under Solicitation No. 0NC2167. The procurement requires compliance with various federal standards, including fire protection evaluations, seismic safety assessments, and security measures, ensuring the space meets operational needs and safety regulations. This opportunity is critical for providing secure and accessible government facilities, with proposals due by February 13, 2025. Interested offerors should contact Lindsey Stegall at lindsey.stegall@gsa.gov or Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov for further details and to request sensitive documents necessary for submission.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3SC0173
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 4,668 ABOA square feet of office space in Myrtle Beach, South Carolina, under Solicitation No. 3SC0173. The leased space will accommodate a federal law enforcement office and must meet modern construction standards, security features, and various safety and environmental regulations. This procurement is crucial for ensuring that federal operations are conducted in a secure and compliant environment. Proposals are due by February 28, 2025, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    Notice of Intent, Lease of Office Space within Region 3
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Dover, Delaware, requiring a total area of 26,278 square feet on a maximum of two contiguous floors for a five-year term. The leased space must accommodate 91 parking spaces and adhere to government standards for fire safety, accessibility, seismic, and sustainability. This procurement is crucial as the GSA evaluates whether to renew an expiring lease or consider alternative spaces based on economic advantages, including relocation costs. Interested parties must submit expressions of interest by February 7, 2025, to Lease Contracting Officer Caitlin O'Donnell at caitlin.odonnell@gsa.gov, with occupancy anticipated on October 1, 2025.
    U.S. Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the property. The GSA requires a minimum of 61,114 square feet and a maximum of 62,176 square feet of contiguous office space, including 35 reserved parking spaces for official government vehicles, and the ability to meet ISC Level IV Security Requirements. This procurement is crucial for accommodating government operations and ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 5, 2025, with occupancy anticipated in June 2027; for further details, contact Sarah Pollack or Richard T. Downey at CBRE, Inc. via the provided email addresses.
    General Services Administration (GSA) seeks to lease space in Orlando, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, as part of its procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with a lease term of 15 years and options for two five-year renewals. This opportunity is crucial for accommodating government operations and ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by February 24, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease Space in Orlando
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, to accommodate an expansion of its current operations. The GSA requires a minimum of 11,000 and a maximum of 12,500 ABOA square feet of office space within a delineated area defined by Colonial Drive to the North, Hwy 436 to the East, Hwy 482 to the South, and S John Young Parkway leading to I-4 and N. Orange Blossom Trail to the West. This procurement is crucial for meeting the agency's operational needs while ensuring compliance with government standards for fire safety, accessibility, and sustainability, as well as avoiding locations within a flood plain. Interested parties should submit expressions of interest by February 13, 2025, and may contact Lease Contracting Officer Johnny F. Anderson at johnny.anderson@gsa.gov or by phone at 954-540-7164 for further details.
    US GOVERNMENT WANTS TO LEASE OFFICE AND RELATED SPACE IN JACKSONVILLE, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Jacksonville, Florida, to support the National Marine Fisheries Service's mission. The required space must be between 710 and 1,095 square feet, located within a delineated area that includes specific geographic boundaries to ensure accessibility to the coastal fishing industry. This procurement is critical as it facilitates the operations of NOAA stakeholders who work along the coast, and the offered space must comply with government standards for fire safety, accessibility, and sustainability. Interested parties should submit their Expressions of Interest by February 14, 2025, to Jason Lichty at jason.lichty@gsa.gov, with occupancy anticipated by February 1, 2026, or sooner.
    General Services Administration (GSA) Seeks to Lease Space in San Diego, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease warehouse space in San Diego, California, with a total area requirement between 2,500 and 3,500 square feet. The delineated area for the lease extends from State Route 52 in the north to L Street in the south, bordered by Interstate 105 to the east and the Pacific Ocean to the west, with a lease term of five years and an option to renew for an additional five years. The offered space must comply with federal standards for fire safety, accessibility, seismic considerations, and sustainability, and it cannot be located within a 100-year flood plain. Interested parties should submit their expressions of interest by June 1, 2024, and can contact Brennen O'Donnell, the Lease Contracting Officer, at brennen.odonnell@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease office space in Cle Elum, WA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cle Elum, Washington, with a focus on acquiring a modern office building that meets specific requirements. The desired space must range from 600 to 1,350 square feet, accommodate two parking spaces, and comply with various government standards, including fire safety, accessibility, and security requirements. This procurement is crucial for ensuring that federal operations in the area are conducted in a suitable and efficient environment. Interested parties must submit their expressions of interest by February 19, 2025, with the estimated occupancy date set for January 31, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or by phone at (925) 790-2124.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG04 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Ocala, Florida, under Request for Lease Proposals (RLP) 25REG04. The GSA requires a minimum of 4,512 and a maximum of 4,700 ABOA square feet of Class A/B office space, with a lease term of 15 years, including a 13-year firm term, and specific requirements for secured access and employee parking. This procurement is crucial for accommodating federal operations and ensuring compliance with various safety and accessibility standards. Interested offerors should contact Dan Galan at danilo.galan@gsa.gov or Samantha Boesche at samantha.boesche@gsa.gov for further details, and must register to offer space through the Automated Advanced Acquisition Program (AAAP) by following the instructions on the AAAP website during the designated open periods.