GSA seeks approximately 1,800 USF of office space in Honolulu, HI
ID: 9HI2119-2Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 LEASING DIVSAN FRANCISCO, CA, 94102, 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 offers for approximately 1,800 usable square feet of office space in Honolulu, Hawaii, to accommodate federal operations. The procurement involves a lease term of 10 years, with an 8-year firm period, and requires compliance with various safety, accessibility, seismic, and sustainability standards. This opportunity is crucial for ensuring that the government has functional office space that meets operational needs while adhering to federal procurement regulations. Proposals are due by September 16, 2024, with occupancy anticipated by August 1, 2025. Interested parties should submit their offers electronically through the Requirement Specific Acquisition Platform (RSAP) and can direct inquiries to Cheryl Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines Lease No. GS-09P-LHI00868 between a designated Lessor and the United States Government, represented by the General Services Administration (GSA). The lease terms include a 10-year duration with an 8-year firm period, focusing on rental agreements, tenant improvements, operational obligations, and tax adjustments. It specifies the premises to be leased, the rental structure—including shell rent and additional costs for tenant improvements—while establishing the rights of the Government for parking and telecommunications installations. The lease details the responsibilities for maintenance, compliance with construction standards, and adjustments for real estate taxes based on occupancy rates. It also outlines the termination and renewal rights, emphasizing clarity on amendments, price adjustments, and alteration requests allowed by the Government. This document is essential for ensuring a structured lease agreement that meets federal procurement standards while outlining roles and responsibilities of both parties involved, facilitating effective occupancy and utility of the leased premises.
    The document details the solicitation provisions for the simplified acquisition of leasehold interests in real property managed by the GSA. It outlines critical definitions, procedures for submitting proposals, and the requirements for timely modifications and withdrawals. Offerors must acknowledge any amendments and ensure proposals comply with specified formats, including facsimile submissions. Additionally, it emphasizes the importance of registering in the System for Award Management (SAM) prior to the award and maintaining that registration throughout the contract period. The document also outlines evaluation criteria for proposals, establishing that the government aims to award leases based on the best value. Important clauses include the restriction on disclosing proprietary data and guidelines concerning properties located within floodplains. The document serves as a comprehensive guideline for contractors seeking leases, ensuring that they understand the requirements and conditions set forth by the government for a successful proposal submission and evaluation process.
    This document outlines the General Clauses pertaining to the acquisition of leasehold interests in real property below the Simplified Lease Acquisition Threshold (SLAT). It presents definitions, maintenance obligations, and liability statutes governing the relationship between the lessor and the government. Key clauses include maintenance requirements for the property, rights to inspect premises for compliance, procedures for addressing fire and casualty damage, and the lessor's obligations during lease defaults. Essential regulations also address payment mechanisms and compliance with applicable laws. Clauses incorporated by reference further delineate security, equal opportunity, and safeguarding requirements, emphasizing the obligations of contractors under federal contracts. The summarized information is structured to reflect the different areas of concern in lease agreements, underscoring the government's rights and expectations from lessors to ensure a safe and compliant occupancy of leased properties. This document serves as an essential framework for government RFPs and leases, ensuring clarity and accountability in contractual agreements.
    The memorandum outlines revised special requirements for the Defense Contract Audit Agency (DCAA) Hawaii sub-office, detailing the necessary specifications for office space and facilities. Key components include the need for private offices, open areas, conference rooms, wellness rooms, and various support spaces, totaling specific square footages and features like soundproofing, ADA compliance, and natural light optimization. Security measures such as locks, access systems, and surveillance are mandated, along with technical specifications for telecom infrastructure and electrical requirements. The document stipulates vendor responsibilities for installations related to furniture, security, and office layouts, as well as stipulating that DCAA will supply certain office equipment. These guidelines ensure the efficiency, safety, and functionality of the workspace, reflecting a comprehensive response to federal standards for office procurement and construction.
    The document outlines the Security Requirements for a Level I facility leased by the Government, detailing expectations for security measures and access controls applicable to the building's structure and operations. Key security elements include access control systems (PACS) for employee entrances, restrictions on access to critical areas, and visitor verification protocols. The document mandates that Lessor consults with the Federal Protective Service for installation and maintenance of security measures. Interior spaces under government control require identity verification and a formal key control program. Externally, landscaping must minimize concealment opportunities, while signage regulations must be adhered to. Security systems, like Video Surveillance and Intrusion Detection, require installation and annual testing. In addition, cybersecurity protocols prohibit the connection of building access systems to federal IT networks, and require compliance with industry standards for protecting sensitive data. The Facility Security Committee is tasked with ongoing security management, and emergency plans must be readily accessible. This framework reflects the government's commitment to maintaining high security and safety standards within its leased facilities, ensuring protection against unauthorized access and cyber threats.
    The document is currently unable to be accessed due to an incompatible format with the PDF viewer, which hampers the review process for gathering key information regarding federal RFPs and grants. Consequently, I cannot summarize or analyze any content related to the main topic, key ideas, or supporting details within the file. The structure and purpose of the document, as part of federal and state/local requests for proposals, cannot be evaluated. Further assistance is necessary to resolve the access issue to proceed with a thorough analysis and comprehensive summary. Thus, the evaluation of government funding processes, procurement guidelines, and application requirements remains incomplete until the proper contents can be displayed.
    The Lessor's Annual Cost Statement is a critical document used by the General Services Administration (GSA) for determining lease proposals. It requires lessors to comprehensively estimate annual costs for services and utilities included in the rental arrangement. The statement covers essential categories, such as cleaning, heating, electrical, plumbing, air conditioning, and various maintenance items, segregating costs for the entire building versus the government-leased area. Additionally, the form outlines requirements for identifying property and computing rental areas, ensuring lessors provide accurate cost estimates for utilities and services necessary for government operations. Other financial considerations include real estate taxes, insurance, and management costs. The document emphasizes GSA's policy of securing rental rates consistent with community standards, thereby supporting fair leasing practices. Lessor certifications confirming the accuracy of cost estimations are mandatory. Overall, this form is fundamental in facilitating informed decisions regarding leasing government properties, aligning financial expectations with operational needs while maintaining transparency in cost estimations.
    The General Services Administration (GSA) Form 12000 outlines requirements for evaluating offered spaces in buildings as part of federally funded RFP processes. It is divided into two parts based on the location of the space: Part A for spaces below the 6th floor and Part B for spaces on or above the 6th floor. Part A requires the Offeror or an authorized representative to provide information regarding building details, including fire protection systems, floor layouts, and emergency exit provisions. Part B necessitates evaluation by a licensed fire protection engineer, including an assessment of compliance with local building codes and fire safety standards. Both parts emphasize identifying deficiencies and compliance with fundamental code requirements, ensuring safety and preparedness for occupancy. The comprehensive evaluation reports are critical for government decision-making on leasing spaces that meet strict safety and legal standards.
    The document outlines the requirements for seismic compliance in federal building projects through various forms designated for offerors. These forms, labeled A through F, guide both pre-award and post-award submissions concerning seismic evaluations conducted by licensed engineers. Form A pertains to benchmark buildings, confirming they meet specific life-safety standards, while Form B addresses existing buildings and necessitates evaluations using applicable seismic standards. Form C details commitments for retrofitting existing structures or designing new buildings, ensuring adherence to established codes. Form D allows offerors to claim exemptions from seismic compliance based on building size and location. Following award acceptance, Forms E and F certify that retrofitted or newly constructed buildings meet seismic requirements. Definitions related to engineers and seismic standards are included to clarify responsibilities. This document aims to ensure compliance with the RP 8 standards for seismic safety in federally leased buildings, highlighting the critical role of structural integrity and safety in the leasing process. The procedures established in this document are vital for maintaining the safety and structural soundness of government properties, thereby serving a significant function in the federal contracting system.
    This document outlines the representation requirements related to telecommunications and video surveillance services or equipment as mandated by the John S. McCain National Defense Authorization Act of 2019. It specifies that offerors must disclose whether they provide or use covered telecommunications equipment or services, which are prohibited in government contracts. The guidelines indicate that the offeror, defined as the property owner, must complete specific sections of the form based on their previous representations. Key sections include definitions of terms, prohibitions against using covered equipment or services, and procedures for reviewing excluded parties in the System for Award Management. Offerors must detail information about covered equipment or services if they affirmatively respond to the representation inquiries. The document emphasizes the importance of transparency to evaluate compliance with federal procurement regulations and ensures the government avoids contracting with entities that might pose security risks. The structure of the document facilitates a clear understanding of these requirements for potential contractors engaged in government procurement.
    The General Services Administration (GSA) is requesting offers for leasing office space in Honolulu, Hawaii. The delineated area includes Fort Street Mall, Beretania Street, South Street, and Ala Moana Blvd. The office space required ranges from 1,431 to 1,830 square feet, with a full lease term of 10 years and a firm term of 8 years. Specific parking requirements include two reserved, structured spaces for a handicap-accessible van. The offered space must comply with government safety, accessibility, seismic, and sustainability standards and should not be located in a floodplain. Proposals are due by September 16, 2024, with occupancy expected by August 1, 2025. Interested parties must submit their offers electronically through the Requirement Specific Acquisition Platform (RSAP) and should be registered in the System for Award Management (SAM.gov). The document includes an offeror checklist and emphasizes compliance with telecommunications restrictions under Section 889 of the FY19 National Defense Authorization Act. The contact for inquiries is the Lease Contracting Officer, Cheryl Nolting, who can be reached at the provided phone number and email address.
    The GSA Request for Lease Proposals (RLP) No. 9HI2119 seeks offers for leasing office space in Honolulu, HI, with proposals due by September 16, 2024. The document outlines the requirements for bidders, detailing the lease term of 10 years, with an initial firm term of 8 years and a required area ranging from 1,431 to 1,830 usable square feet. Eligible proposals must ensure compliance with various criteria, including structural integrity, energy efficiency standards, and seismic safety due to the high seismicity of the location. Offerors must provide detailed pricing for rent, tenant improvements, and security enhancements, with all submissions made electronically through the Requirement Specific Acquisition Platform (RSAP). The evaluation process is designed to select the lowest price technically acceptable bid, emphasizing sustainability and compliance with federal standards. Proper documentation, including evidence of zoning compliance and financial capacity, must accompany the offer. This RLP reflects federal efforts to secure functional office space that meets government operational and safety standards while fostering a transparent procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GSA seeking warehouse space between 1,245 ABOA - 1,307 ABOA in Hilo, Big Island
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse space in Hilo, Hawaii, with an area ranging from 1,245 to 1,307 square feet. The requirements include a roll-up door, a minimum ceiling height of 12 feet, and 24/7 access, with the space needing to comply with fire safety, accessibility, seismic, and sustainability standards, while also being outside of a floodplain. This procurement is crucial as the GSA is considering alternative options due to the expiration of the current lease, evaluating cost-effectiveness and relocation logistics. Interested parties must submit expressions of interest by September 24, 2024, with an estimated occupancy date of January 1, 2027; inquiries can be directed to Sakawrat Kitkuakul at sakawrat.kitkuakul@gsa.gov or by phone at 808-853-8252.
    GSA seeks approximately 3,200 USF of office space in Wailuku or Kahului, HI
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking approximately 3,200 square feet of office space in Wailuku or Kahului, Hawaii. This procurement aims to secure suitable nonresidential office space to support federal operations in the region, aligning with the GSA's mission to provide efficient and effective facilities for government agencies. Interested parties can find detailed requirements in the attached Procurement Summary and are encouraged to reach out to Cheryl Nolting at cheryl.nolting@gsa.gov or 808-551-8347, or Guadalupe Flores at Guadalupe.Flores@gsa.gov for further inquiries.
    GSA seeks approximately 1,600 USF of office space in Saipan Islands
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 1,600 square feet of office space in Saipan, Northern Mariana Islands. The procurement requires a space that meets specific government standards for fire safety, accessibility, seismic stability, and sustainability, while also being located outside the 1-percent annual chance floodplain. This opportunity is crucial for ensuring the GSA's operational needs are met in compliance with federal regulations, facilitating effective project planning and execution in the region. Interested entities must submit expressions of interest by September 29, 2024, with a market survey estimated for November 15, 2024. For further inquiries, contact Sakawrat Kitkuakul at sakawrat.kitkuakul@gsa.gov or call 808-853-8252.
    The Government is seeking 26,878 ANSI BOMA Sq Ft of Office and related space in Hato Rey/ San Juan, Puerto Rico
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 26,878 ANSI/BOMA square feet of office space in Hato Rey or San Juan, Puerto Rico. The procurement aims to secure a modern facility that meets specific requirements, including adequate parking for at least 125 vehicles, compliance with sustainability and security standards, and accessibility to public transportation. This leased space will support federal law enforcement and monitored clients, with a lease term of 10 years and a five-year renewal option. Interested offerors must submit their proposals electronically by July 19, 2024, with the estimated occupancy date set for June 18, 2025. For further inquiries, contact Dominic Vedder at dominic.vedder@gsa.gov or Duncan Wieland at duncan.wieland@gsa.gov.
    Prince Jonah Kūhiō Kalanianaʻole Courtyard Inflation Reduction Act Waterproofing and Concrete Replacement – Design-Build (DB) Services
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for the design-build services related to the waterproofing and concrete replacement of the Prince Jonah Kūhiō Kalanianaʻole Federal Building and Courthouse in Honolulu, Hawaii. The project aims to address significant water infiltration issues in the courtyard, enhance exterior aesthetics, and ensure compliance with the Inflation Reduction Act by utilizing low-embodied carbon materials and sustainable construction practices. This initiative is crucial for maintaining the operational integrity of the only federal building in Honolulu, which houses multiple federal agencies. Proposals are due by December 9, 2024, with a project budget estimated between $5 million and $10 million. Interested firms should contact Krista M. Miller at krista.miller@gsa.gov for further details and to request additional solicitation documents.
    The Government is seeking 2,293 ANSI BOMA Sq Ft of Office and related space in Hato Rey/ San Juan, PR
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 2,293 ANSI BOMA square feet of office and related space in the Hato Rey/San Juan area of Puerto Rico. The procurement requires a fully serviced lease for a minimum of 120 months, with specific requirements including secured parking for government vehicles, a full load generator, and compliance with various safety and accessibility standards. This opportunity is crucial for providing government office space that meets operational needs, and interested parties must submit their expressions of interest by September 26, 2024, to Dominic Vedder at dominic.vedder@gsa.gov or Helga Pineiro at hpineiro@hmppropertiespr.com.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within a delineated area defined by various geographic boundaries. The requirements include a minimum of 17,411 square feet and a maximum of 18,280 square feet of office space, with specific stipulations regarding parking, accessibility, and environmental certifications such as LEED or Energy Star. This procurement is crucial for accommodating government operations and ensuring compliance with federal standards, including fire safety and sustainability. Interested parties must submit their expressions of interest by September 20, 2024, with the market survey estimated for October 14, 2024, and occupancy anticipated by January 1, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or (925) 790-2124.
    Lease Space for Omaha, NE
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, to accommodate its operational needs. The required space must range between 5,100 and 5,250 usable square feet, with 24/7 access, secure parking for ten vehicles (four reserved), and must be located above the ground floor, at least 300 walkable feet from residential and educational facilities. This procurement is crucial for ensuring compliance with safety and sustainability standards while supporting the federal government's ongoing need for secure office space. Interested parties must submit expressions of interest by September 30, 2024, including detailed building information, rental rates, energy efficiency features, and relevant documentation, to Nick Freeman at nick.freeman@gsa.gov or by phone at 816-823-1999.
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 4,013 square feet of office space in Panama City, Florida, with offers due by September 27, 2024, at 4:00 PM Eastern. The leased space must comply with federal, state, and local requirements for safety, security, accessibility, and sustainability, and should not be located in a floodplain. This procurement is essential for providing modern office facilities to support government operations, ensuring compliance with various regulations, including the Energy Independence and Security Act. Interested offerors should contact Bryant Porter at bryant.porter@gsa.gov for further details and must submit their proposals through the Requirement Specific Acquisition Platform (RSAP) by the specified deadline.
    General Services Administration Lease: Office Space New Orleans, LA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in New Orleans, Louisiana, specifically for general storage purposes. The required space must be a minimum and maximum of 970 square feet, located within a delineated area that includes specific boundary intersections, and must comply with government standards for fire safety, accessibility, and sustainability. This procurement is crucial as the U.S. Government is considering alternative space options due to the expiration of its current lease, with expressions of interest due by September 12, 2024, and estimated occupancy targeted for December 2026. Interested parties should contact Dan T. Tran at dan.tran@gsa.gov for further details and to submit their proposals.