The Government Seeks to Lease Office and Related Space in Jamaica, NY
ID: 8NY2634(2)Type: Solicitation
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 to lease office and warehouse space in Jamaica, NY, specifically near JFK airport, under solicitation number RLP 8NY2634. The required space must range between 15,041 and 15,793 ANSI/BOMA square feet and must comply with government standards for fire safety, accessibility, and sustainability, while also being outside the floodplain area. This procurement is crucial for accommodating federal operations, ensuring that the selected facility meets operational needs and safety regulations. Offers are due by June 30, 2025, and must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP); interested parties should contact Michelle Jackson at michelle.jackson@gsa.gov or Dominic Vedder at dominic.vedder@gsa.gov for further inquiries.

    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Jamaica, NY, as outlined in solicitation number RLP 8NY2634. The required space must be between 15,041 and 15,793 ABOA square feet, situated near JFK airport within a specified delineated area. The lease term will last 15 years, with a fully serviced arrangement. Interested parties must provide details regarding the space's location, reliable documentation of ownership or authorization for representation, and ensure compliance with government standards on safety, accessibility, and sustainability. Importantly, the proposed site must not be in the floodplain area. Offers are due by June 30, 2025, and must be submitted electronically using the Requirement Specific Acquisition Platform (RSAP). Interested entities are encouraged to register on the RSAP and are reminded to start the System for Award Management (SAM) registration process if not currently registered. Contact details for GSA representatives are provided for inquiries. This initiative reflects the GSA's ongoing efforts to procure suitable facilities to meet federal operational needs.
    The GSA Request for Lease Proposals (RLP) No. 8NY2634 outlines the requirements for leasing a commercial space in Jamaica, NY, with offers due by June 30, 2025. The RLP specifies that the government seeks between 15,041 and 15,793 ANSI/BOMA square feet of contiguous space in a modern, well-constructed building, featuring specific amenities, accessibility, and safety standards, including parking provisions. Key details include a lease term of 15 years with termination rights after the firm term, along with requirements related to security, environmental conditions, and fire safety. Proposals must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), and no proposals will be publicly opened. The assessment for award will involve negotiations based on the proposal's compliance with RLP criteria. These comprehensive requirements ensure that the selected offeror can provide a suitable space for government use while adhering to legal and regulatory standards, emphasizing the importance of safety, operational efficiency, and environmental considerations in federal procurement processes. The RLP is designed to attract competitive offers from potential lessors while ensuring that all proposals meet government expectations.
    This document outlines the lease agreement between the Lessor and the U.S. Government, specifically managed by the General Services Administration (GSA). The lease, numbered GS-02P-LNY00464, details the terms for renting office space, including a firm lease term of fifteen years, with provisions for termination and renewal rights. It specifies the premises' location, rent structure, adjustment clauses, maintenance responsibilities, and tenant improvement allowances. Key elements include annual rental rates divided into shell rent, operating costs, and tenant improvements, alongside the provision for free rent during initial months. The agreement also includes rights to appurtenant areas, such as parking, and sets forth requirements for alterations, occupancy, and real estate tax adjustments based on the Government’s percentage of occupancy. Additionally, general terms address standard practices related to alterations, payments, and the roles of authorized representatives. The inclusion of various sections relevant to construction standards, tenant improvement components, and utilities during the lease term demonstrates a comprehensive framework for managing the leased property efficiently while ensuring compliance with applicable regulations. This document serves to formalize the arrangement, ensuring clarity and defining the responsibilities of both parties involved in the lease agreement.
    The Physical Security Policies and Procedures Handbook from the Office of Professional Responsibility provides detailed guidelines for the U.S. Customs and Border Protection (CBP) regarding the management of physical security programs to safeguard personnel, property, and sensitive information. The handbook defines physical security measures, outlines compliance with federal laws and DHS mandates, and establishes protocols for seized property storage. Key topics include classifications of storage spaces (intermediate, temporary, permanent, and exigent), specifications for vault construction, and requirements for doors, locks, and intrusion detection systems. Each storage type has specific security construction standards, including reinforced materials and controlled access features, to mitigate unauthorized entry. The document emphasizes the importance of training and compliance oversight for personnel responsible for these security measures. The purpose of this handbook is to ensure standardized security measures across CBP facilities, aligning with federal RFPs and grants related to public safety and facility security. It serves as a crucial instrument for operational integrity within government agencies, reinforcing the commitment to protecting sensitive assets effectively.
    The document outlines the Security Requirements for a Level III government facility, detailing the security measures required for leased space to ensure the safety and operational integrity of government operations. It emphasizes the installation of security countermeasures as part of the Building Specific Amortized Capital (BSAC), determined during the design phase. Key areas include secured entrances, monitoring of critical systems, access control, and specific protocols for various site areas. Significant safety measures highlighted involve the use of magnetometers, visitor identification protocols, emergency power for security systems, and stringent construction security plans. It mandates electronic access control, visitor monitoring, and physical barriers, especially in critical areas like utility rooms and HVAC systems that are susceptible to threats. The document also mentions incident response procedures related to cybersecurity and mandates a formal communication system for emergency announcements. Overall, this document serves to establish comprehensive security and operational standards for the government lessee, ensuring protection against various threats while maintaining access control for authorized personnel only. It underlines the importance of collaboration between the lessor and the government to enforce these measures effectively.
    The document outlines the instructions for offerors regarding the acquisition of leasehold interests in real property, as provided by the General Services Administration (GSA). Key definitions include "discussions," "proposal modification," and details about submission processes for proposals, including timelines and conditions for late submissions. Offerors must acknowledge amendments and may submit modifications up until the closing date, with strict guidelines on how to handle late proposals and revisions. It specifies requirements for the lease execution depending on the type of lessor, whether an individual, partnership, corporation, or joint venture. Clear instructions are given on the representation and obligations surrounding Service of Protests, regarding the submission and acknowledgment of any protest under the Federal Acquisition Regulation. Additionally, there is an emphasis on maintaining registration with the System for Award Management (SAM) and requirements for unique entity identifiers, ensuring compliance with federal acquisition regulations. The document aims to provide clarity and structure to the proposal process, highlighting government compliance and transparency in the procurement of leases, ultimately seeking the best value in awards.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property under the GSA Template 3517B. It includes definitions, subletting and assignment guidelines, rights of inspection, payment processes, and compliance standards. The clauses emphasize the government's rights and responsibilities, ensuring that leased properties are maintained in good condition and comply with federal, state, and local laws. It specifies protocols for addressing defaults by the lessor, outlining the government's rights to take corrective action, including lease termination and rent adjustments. Key provisions include prompt payment requirements, contractor conduct, audits, and labor standards, reinforcing the importance of ethics, accountability, and safety within government contracting. Overall, this document serves as a comprehensive framework for navigating lease agreements in the context of federal procurement processes, offering clarity on obligations for both the government and lessors throughout the lease duration.
    The document is a Request for Lease Proposals (RLP) from the General Services Administration (GSA) outlining the details for leasing office space. It includes essential metrics like the building's name, location, square footage, rent structure, and operating costs. Key components highlight the terms of the lease, including initial rent offers, potential adjustments such as step rents, and options for renewal. The RLP specifies requirements for construction standards, accessibility, fire safety, and environmental considerations like asbestos and seismic safety. Additional financial aspects are covered, such as tenant improvement allowances, parking requirements, and possible commissions for brokers. The need for compliance with federal standards is emphasized. The document concludes with owner identification and certification of the offer, requiring acknowledgment of the RLP's terms and conditions. This RLP serves as a formal proposal framework that ensures transparency and accountability in the leasing process, supporting the federal government's space procurement strategies.
    The document is the Lessor's Annual Cost Statement, primarily used in the context of U.S. General Services Administration (GSA) lease proposals. Its purpose is to outline the estimated annual costs of services, utilities, and ownership associated with rental considerations. The statement requests detailed cost estimates for various services such as cleaning, heating, electrical, plumbing, air conditioning, and security, which are necessary for leased space. Key sections include estimations of costs for both the entire building and the specific area leased by the government. It also encompasses additional financial obligations like real estate taxes, insurance, and maintenance costs. The document stresses adherence to federal guidelines and encourages lessors to provide accurate estimates to facilitate fair market evaluations. Lastly, the Lessor's certification at the end underscores the importance of these figures being the best estimates of annual costs to ensure transparency and accountability in government leasing activities. Overall, the document plays a crucial role in the procurement process for federal leasing, aligning costs with regulatory standards.
    The General Services Administration (GSA) prelease form outlines the fire protection and life safety evaluation requirements for office spaces depending on their location within a building. The form consists of two parts: Part A for spaces below the 6th floor and Part B for those on or above the 6th floor, each requiring different levels of detail and evaluation. Part A is to be completed by the Offeror or a representative and includes basic building information and assessments of fire protection systems such as automatic sprinklers and alarms. Part B requires a licensed professional engineer to conduct a thorough evaluation including building walkthroughs, hazard assessments, and compliance with local and national fire codes, enumerating deficiencies and recommending corrective actions. Both parts must adhere to the Fundamental Code Requirements, ensuring safety measures align with jurisdictional standards. This document serves the dual purpose of guiding contractors in providing compliant office spaces and assisting GSA in maintaining safety in government buildings ahead of leasing agreements.
    The document outlines the required representations for offerors and lessors in the context of federal high-security leased spaces. It emphasizes the necessity for accurate disclosures regarding ownership and financing, particularly in relation to foreign entities and individuals. Key sections detail the definitions of terms such as "foreign entity," "foreign person," and "immediate owner," emphasizing the need for annual updates to ownership structures and financing sources. Offerors must complete and submit specific representations at proposal submission and annually thereafter, ensuring that any foreign ownership or financing is transparently disclosed. This process aims to maintain national security by preventing unwarranted foreign influence in high-security leased spaces. The representation form requires explicit confirmation of ownership status, associated entities, and financing details, underscoring the importance of accurate and up-to-date information to the government. Compliance with these guidelines is critical, as any inaccuracies can lead to liability. The document serves to facilitate government oversight in contracting while affirming the commitment to ensuring security standards in leased properties.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, focusing on compliance requirements for offerors in federal contracting. It mandates that offerors disclose whether they provide or use covered telecommunications equipment or services, which are prohibited under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The representation includes definitions of key terms and details the specific prohibitions against procuring these technologies post-2019 and 2020, which may include substantial components or critical technology. Offerors must assess and indicate their status regarding the use of covered equipment, submitting necessary disclosure information if applicable. Procedures to verify compliance through the System for Award Management (SAM) are also highlighted. This representation functions as a safeguard for national security by ensuring that government contracts do not involve potentially harmful telecommunications products.
    This document serves as a disclosure regarding the access of proprietary information by Broker Contractor CBRE, Inc., as part of the Request for Lease Proposal (RLP) Number 8NY2634. It is issued under the Federal Acquisition Regulation FAR 9.505-4, informing the offeror that CBRE is authorized, under Contract No. 47PA0520D0008, to access any proprietary information submitted during the leasing process. The contractor is obligated to safeguard such information, restricting its use solely to the purpose for which it was provided. The offeror is required to acknowledge receipt of this notice by signing and sending it back to the specified contact at CBRE, thus underscoring the importance of confidentiality in federal contracting processes. This document emphasizes the federal government's regulations on the handling of sensitive information, ensuring compliance and protection of confidential data during the leasing acquisition.
    The document is a Broker Commission Agreement between the Lessor of a property and CBRE, Inc. on behalf of the U.S. General Services Administration (GSA) concerning a lease proposal for office space in Jamaica, NY. It outlines the commission structure, stipulating a 7% commission on the Aggregate Lease Value for the first three years and 3% for subsequent years of the lease. The Aggregate Lease Value is defined as the total rental costs, including base rent and periodic rent escalations, and excludes certain fees such as rental abatements. Payment terms detail that half the commission is due upon lease execution and the rest upon the Tenant’s occupancy or lease commencement. The agreement includes mutual indemnification clauses and confidentiality provisions, emphasizing that both parties will not disclose sensitive commission information. It also states that both parties must have full authority to sign and recognizes the agreement as the complete contract between them regarding commission payments. Legal recourse for disputes is also covered, allowing the prevailing party to claim attorney fees. This Agreement facilitates the leasing process under federal procurement procedures.
    Similar Opportunities
    Justification of Other than Full and Open Competition
    General Services Administration
    The General Services Administration (GSA) is seeking to justify an award for a contract related to the lease and rental of office buildings, specifically through a Justification of Other than Full and Open Competition. This procurement is aimed at addressing specific leasing needs within the Public Buildings Service, particularly in New York City. The importance of this opportunity lies in ensuring that the GSA can secure necessary office space efficiently, which is crucial for its operational effectiveness. Interested parties can reach out to Elijah Yogo-Shakoor at elijah.yogo-shakoor@gsa.gov or by phone at 347-556-7479 for further details regarding this opportunity.
    Succeeding Lease Award JFK T6
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to award a succeeding lease for office space at Terminal Six of John F. Kennedy International Airport (JFK) in Jamaica, New York. The TSA requires a minimum of 3,627 rentable square feet of office and related space located on airport property to support its mission-critical operations, including administrative functions for the screener workforce. This procurement is essential for ensuring that TSA personnel have the necessary workspace to effectively carry out their duties in direct support of airport security operations. Interested parties must submit their expressions of interest, including detailed property information, to Tasha R. Hill via email by 11:59 PM on December 15, 2025, as this opportunity is not a solicitation for offers or proposals and the government will not reimburse any costs incurred in responding to this notice.
    Justification For Other Than Full and Open Competition for a GSA lease extension
    General Services Administration
    The General Services Administration (GSA) is seeking to extend a lease for office space in Melville, NY, through a Justification for Other Than Full and Open Competition. This procurement aims to secure continued occupancy of the leased premises, which is critical for the GSA's operations within the Public Buildings Service. The justification underscores the necessity of maintaining a stable work environment for federal employees and ensuring uninterrupted service delivery. Interested parties can reach out to Bryan Cucinotta at bryan.cucinotta@gsa.gov or call 212-577-8182 for further details regarding this opportunity.
    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.
    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.
    Redacted Jotfoc for project # 2KY0264
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under project 2KY0264, as outlined in the Justification notice. The procurement is managed by the Public Buildings Service, specifically the PBS R4 Office of Leasing, which aims to secure suitable office space to meet federal requirements. Leasing office space is critical for ensuring that government agencies have the necessary facilities to operate efficiently and effectively. Interested parties can reach out to Taneisha Williams at Taneisha.williams@gsa.gov or by phone at 470-419-1536, or Tamara Mason at tamara.mason@gsa.gov or 954-702-0601 for further details regarding this opportunity.
    General Services Administration Office Space Santa Fe City in New Mexico
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 16,950 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 16,950 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent provider. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347, or contact Maria Dent at maria.dent@gsa.gov for further inquiries.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 21,750 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 21,750 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347 for further details regarding this opportunity.
    General Services Administration (GSA) seeks to lease the following space:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space at Metro III, located at 6525 Belcrest Road, Hyattsville, Maryland, for the Department of Defense (DOD). The procurement involves a sole-source succeeding lease for 9,885 ABOA SF/11,367 RSF of office space, with a firm term of 10 years and an option for a 5-year renewal, commencing January 1, 2023. This lease is critical for accommodating DOD operations, and the estimated total contract value for the 15-year term is $3,959,978.63. Interested parties can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Bryant F. Porter at bryant.porter@gsa.gov for further details.