Request for Lease Proposals - U.S. Government Seeks to Lease Office and Related Space in Cincinnati, Ohio
ID: 8OH2361(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
  1. 1
    Posted Oct 25, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 25, 2024, 12:00 AM UTC
  3. 3
    Due Nov 26, 2024, 11:00 PM UTC
Description

The General Services Administration (GSA) is soliciting proposals for the lease of office and related space in Cincinnati, Ohio, under Request for Lease Proposals No. 8OH2361. The GSA seeks a minimum of 19,674 and a maximum of 20,658 square feet of contiguous space, with specific requirements for accessibility, security, and compliance with federal safety standards, including fire protection and life safety evaluations. This procurement is critical for providing secure and suitable office environments for government operations, with proposals due by 5:00 P.M. Central on November 26, 2024, and occupancy anticipated in July 2026. Interested parties should contact Maria Kobe at maria.kobe@gsa.gov or (703) 852-6203 for further information.

Files
Title
Posted
Oct 25, 2024, 1:21 PM UTC
The General Services Administration (GSA) is seeking to lease office space in Cincinnati, Ohio, with specific requirements outlined in the RLP Procurement Summary. The delineated area for the lease includes I-275 to the north, the Ohio River/I-275 to the south, and I-75 to the west. The minimum and maximum space requirements range from 19,674 to 20,658 square feet, with a total of 92 structured parking spaces reserved for use. The lease term is set for 15 years, with a firm term of 10 years. Key requirements for the offered space include: accessibility to a freight elevator if above the ground floor, contiguous space on one or adjoining floors, and restrictions on location concerning other federal agencies, criminal elements, and public service facilities. The space must also comply with fire safety, accessibility, seismic, and sustainability standards, and should not be within a floodplain. Interested parties should submit offers electronically by November 26, 2024, with occupancy expected in July 2026. Entities must be registered in the System for Award Management (SAM.gov). Contact information for the GSA representatives is provided for queries related to the solicitation. This request reflects the GSA’s commitment to secure and suitable government office spaces in compliance with necessary regulations.
Mar 26, 2024, 4:42 PM UTC
Oct 25, 2024, 1:21 PM UTC
The GSA Request for Lease Proposals (RLP) No. 8OH2361 outlines the requirements for leasing office space in Cincinnati, OH. Offers are due by November 26, 2024. The Government seeks a minimum of 22,174 and maximum of 23,283 ANSI/BOMA square feet of contiguous space with specific structure and security requirements. Proposals will be evaluated based on various criteria, including the ability to meet lease obligations and efficiency of layout. The lease term is set for 15 years, with a 10-year firm period and includes a provision for termination with 90 days’ notice. The area of consideration is defined by prominent local boundaries. Unique requirements include necessary amenities, accessibility standards, and compliance with environmental regulations and historical preservation acts. The document specifies the process for proposal submission, including using the Requirement Specific Acquisition Platform (RSAP). Compliance with energy efficiency standards, accessibility, and security specifications are critical. The proposal must include detailed pricing and a complete package of required documentation to be considered for award.
The document is a formal lease agreement between the Government, represented by the General Services Administration (GSA), and a Lessor for the provision of office space. The lease specifies the terms of occupancy, including a duration of 15 years (10 years firm), with provisions for termination and renewal options. The Lessor will provide the premises as specified, and the Government will pay annual rent divided into specific categories such as shell rent, operating costs, and tenant improvements. There are provisions for adjustments in rental rates based on actual measurements and final costs of tenant improvements. The lease encompasses various rights and obligations, including maintenance responsibilities, alteration requests, and adjustments based on real estate taxes. Additionally, the document outlines guidelines for broker commissions and conditions for alterations requested by the Government. Overall, the agreement facilitates the leasing of government office space, ensuring compliance with federal regulations and standards.
Oct 25, 2024, 1:21 PM UTC
The United States Department of Justice, specifically the Drug Enforcement Administration (DEA), issued a Design Guide in April 2020 outlining requirements for planning, designing, and constructing DEA facilities. The document emphasizes the need for enhanced security, accessibility, and architectural specifications to support the DEA's mission of drug law enforcement. Key updates include improved clarity on technical and security requirements, as well as architectural specifications aimed at preventing redundancy and supporting functional design. The guide includes detailed sections on general and site-specific requirements, parking considerations, physical security measures, architectural specifications, and examples of standard room layouts. Security assessments play a crucial role in site selection, with DEA requiring continuous access and security features in its facilities. Furthermore, specific design requirements for various facility types, including office spaces, evidence storage, and maintenance facilities, are outlined to facilitate operational effectiveness. This document serves as an essential reference for contractors responding to federal RFPs or grants for the construction or leasing of DEA facilities, highlighting essential compliance measures necessary for operational success and safety.
Oct 25, 2024, 1:21 PM UTC
The document outlines the Design Criteria for the New England Forensic Laboratory operated by the Drug Enforcement Administration (DEA). It establishes minimum design standards for various systems, including architectural, mechanical, electrical, plumbing, and structural, aimed at optimizing laboratory efficiency and safety. Key design principles emphasize modular planning for adaptable spaces, ample systems capacity, and improved accessibility for maintenance. Essential focus areas include ensuring adequate laboratory space for productivity, enhancing staff interaction, and maintaining a safe working environment with proper ventilation and safety mechanisms. The document also delineates relevant building codes and standards to be adhered to during construction, including fire safety protocols and accessibility guidelines. Furnishings and equipment specifications for laboratories are detailed, including cabinets for hazardous materials, sinks, and fume hoods suited for chemical use. Furthermore, mechanical and electrical systems are designed to support a 24/7 operational laboratory, including stringent air exchange and specialized light requirements. Overall, this comprehensive Design Criteria document serves as a foundational framework for constructing a modern, safe, and efficient forensic laboratory, aligning with government regulations and operational needs.
Oct 25, 2024, 1:21 PM UTC
The DEA Statement of Work outlines the requirements for selecting a contractor to procure, install, train, and implement an integrated security management system. The contractor is responsible for providing a complete system, including access control, intrusion detection, and video surveillance systems, all compliant with relevant federal regulations. Key stipulations include pre-establishment site assessments, use of GSA pricing, and assurance of principles under the National Defense Authorization Act. Additionally, contractors must ensure all equipment meets set system specifications and maintain necessary licensing. Warranties are mandated for one year post-acceptance, covering installation and maintenance costs. Coordination with project representatives from GSA and adequate submission of materials and technical data are required before construction begins. The security system must be operational prior to occupancy, fulfilling specific requirements for coverage and performance, in line with DEA's protocols. Overall, this document serves as a comprehensive guideline for vendors, ensuring the DEA receives a technically sound security system that adheres to regulatory standards while protecting sensitive operations.
The DEA is undertaking a project to implement a Structured Cabling System across its domestic field offices. This document outlines the specifications for the procurement, installation, training, and implementation of the cabling system, primarily utilizing CAT6A cabling to support various communication networks. Key requirements include adherence to established codes and standards, the provision of a comprehensive plan for material procurement, and a phased installation process. The telecommunications contractor is mandated to demonstrate prior experience, submit detailed plans and product specifications for review, and conduct inspections and testing throughout the project. Each phase of the installation will include defining wiring pathways, ensuring proper cable management, and addressing telecommunications infrastructure needs. Final closeout procedures necessitate thorough inspections and the submission of as-built drawings reflecting all modifications. Provisions for electrical, HVAC, and grounding systems are specified to ensure optimal performance and compliance with safety regulations. This systematic approach aims to enhance the operational capabilities of DEA communications while maintaining high standards of quality and safety throughout the implementation process.
The document outlines the Security Requirements (Level III) for leased government facilities, detailing the necessary security measures to protect personnel and assets. It mandates that security enhancements should be included in the Building Specific Amortized Capital and finalized during the design phase. Key elements include establishing critical areas and systems requiring enhanced protection, defining the Design-Basis Threat to tailor security levels, and ensuring controlled access to facility entrances and common areas through various measures. The requirements emphasize access control systems, physical barriers, and monitoring, alongside detailed protocols for emergency responses, visitor management, and cybersecurity. Interior spaces in government-occupied areas must be secure, with specific guidelines for employee identification and entry restrictions. Exterior security focuses on landscaping, parking entry controls, and the installation of intrusion detection and video surveillance systems. Additionally, the document outlines the responsibilities of the lessor concerning maintenance and testing of security systems and the coordination required with government representatives for a secure operational environment. This comprehensive set of requirements reflects the government's commitment to maintaining high-security standards across its facilities for the safety of occupants and assets.
Oct 25, 2024, 1:21 PM UTC
The document outlines the solicitation provisions for acquiring leasehold interests in real property within the federal government framework. Key elements include definitions of discussions and proposal modifications, instructions for submission (including late proposals criteria and proposal withdrawal), and rules regarding the acknowledgment of amendments. It emphasizes compliance protocols and the responsibility of offerors to recognize any deviations from the solicitation terms while ensuring proposals align with government interests for optimal efficiency. The document also addresses the pre-award compliance evaluations under Executive Order 11246 for contracts exceeding $10 million. Other stipulations include the necessity for the offeror to be registered in the System for Award Management (SAM) before the award, as well as criteria related to the Federal Acquisition Supply Chain Security Act (FASCSA) compliance. Overall, the provisions guide potential offerors on the submission process, compliance requirements, and criteria the government will use when determining the best value proposal for lease agreements.
Oct 25, 2024, 1:21 PM UTC
The document outlines the General Clauses for the acquisition of leasehold interests in real property by the U.S. Government, specifically using GSA Template 3517B. It details various clauses that govern lease agreements, including definitions, subletting, assignment rights, and responsibilities of both Lessor and Government. Key points include the binding nature of agreements on successors, rights for subordination and non-disturbance, maintenance obligations, inspection rights, and terms for default by Lessor. It also emphasizes compliance with applicable laws, payment conditions, and performance auditing. In particular, clauses address prompt payment procedures, contractor ethics, and small business utilization criteria. Additionally, newer cybersecurity measures and prohibitions against certain foreign products are outlined, showcasing the government's commitment to compliance and security. This structured approach ensures clear expectations for both the Government and Lessor, thereby facilitating effective public procurement practices.
The General Services Administration (GSA) outlines a Prelease Fire Protection and Life Safety Evaluation process for office buildings in this comprehensive document. It includes two parts: Part A, for spaces below the 6th floor, to be completed by the Offeror, and Part B, for spaces on or above the 6th floor, requiring evaluation by a licensed fire protection engineer. Key objectives focus on compliance with the latest building and fire codes, specifically the NFPA 101 Life Safety Code. Part A requires essential information on general building details, fire protection systems, exit signage, and emergency provisions. In contrast, Part B mandates a thorough narrative report from a professional engineer, detailing building inspections, safety deficiencies, and compliance recommendations. This section emphasizes documenting hazardous conditions, occupancy classifications, building construction, egress, life safety systems, and fire alarms. The evaluation aims to ensure offered spaces meet federal safety standards, thus promoting the protection and safety of occupants. The procedures described align with government initiatives to adopt stringent safety measures in public buildings and emphasize the importance of thorough investigations in maintaining building integrity and public safety.
Oct 25, 2024, 1:21 PM UTC
The document outlines the wage determination for building construction projects in Hamilton County, Ohio, under the Davis-Bacon Act, including minimum wage requirements based on Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, workers must be paid at least $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, the minimum is $12.90 per hour. Various skilled labor classifications and their corresponding pay rates, including fringe benefits, are provided for jobs such as electricians, ironworkers, carpenters, and laborers, reflecting prevailing wage rates in the area. The document also details procedures for appealing wage determinations, including the contact information for relevant governmental departments. It emphasizes compliance with federal labor standards and the importance of worker protections under federal contracts. This document serves as crucial guidance for contractors bidding on federal and federally-assisted projects within Ohio, ensuring fair compensation for labor in compliance with established regulations.
The document outlines the "Foreign Ownership and Financing Representation for High-Security Leased Space" as part of federal government leasing requirements. It mandates that offerors, who are property owners, complete specific representations regarding foreign ownership and financing. Key definitions include terms such as 'foreign entity,' 'foreign person,' 'immediate owner,' and 'highest-level owner,' each crucial for identifying ownership structures. The representation must be completed at the proposal submission and annually thereafter, ensuring any changes in ownership or financing structures are accurately disclosed to the Lease Contracting Officer (LCO). The purpose of this representation is to maintain security and integrity in high-security leased spaces by evaluating potential foreign influences. The document contains sections for specified details, including names, unique entity identifiers, and physical addresses of immediate and highest-level owners. It also evaluates whether financing involves foreign entities or persons, encouraging transparency in ownership and financing arrangements. In sum, this form is essential for understanding and mitigating risks related to foreign involvement in federally leased properties, thereby supporting broader government security objectives during real estate transactions.
Oct 25, 2024, 1:21 PM UTC
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" required for federal contracts. It mandates that offerors (owners of the property offered) disclose whether they provide or use covered telecommunications equipment or services, which are prohibited under specific sections of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The offeror must complete the representation, providing details about the products and services offered if they do use or provide covered equipment. Key points include defining relevant terms, stating the prohibitions on contracting for covered equipment or services, and outlining the procedures for disclosing covered equipment or services. The document specifies that the information needs to be accurate and was last revised in November 2021. Offerors must review a list of excluded parties to ensure compliance. Ultimately, the representation serves to ensure that federal procurement processes align with national security concerns by restricting certain telecommunications technologies deemed risky.
The document is a formal notification addressed to an offeror regarding the disclosure of proprietary information in connection with the Request for Lease Proposal (RLP) Number 8OH2361. It specifies that CBRE, Inc., authorized under a certain federal contract, will have access to proprietary information submitted by the offeror. The contractor, CBRE, Inc., is obligated to protect this information from unauthorized use or disclosure, ensuring it is only used for the intended purpose of the lease proposal. The offeror must acknowledge receipt of this notice and confirm understanding of the terms listed. The letter serves to comply with the Federal Acquisition Regulation (FAR) and underlines the importance of safeguarding proprietary data during the federal contracting process. Overall, it highlights the measures taken to ensure confidentiality and the responsible handling of sensitive information in government-related procurement activities.
Oct 25, 2024, 1:21 PM UTC
This document outlines a Commission Agreement between a Lessor and CBRE, Inc., acting on behalf of the General Services Administration (GSA) for leasing office space as part of Request for Lease Proposal No. 8OH2361. It details the commission structure, with a proposed rate of 4% for the first five years and 2% for the subsequent five years based on the Aggregate Lease Value, which encompasses total rent and associated costs, excluding certain exceptions like rental abatement. The Commission is payable upon lease execution and upon the tenant's occupancy or lease commencement. The agreement emphasizes confidentiality concerning commission details, limits liability of the broker, and asserts that this document replaces any previous agreements. Each party affirms its authority to enter this contractual arrangement, which entails legal consequences for breaches, including responsibility for attorney fees for the prevailing party. This summary reflects the essential purpose of formalizing the brokerage commission terms related to federal government office space leasing through this RLP.
Similar Opportunities
Succeeding Lease in Cleveland, OH: Minimum Sq. Ft. (ABOA): 8989.00
Buyer not available
The General Services Administration (GSA) is seeking expressions of interest for leasing office space in Cleveland, Ohio, with a minimum requirement of 8,989 square feet and a maximum of 9,462 square feet. The procurement includes the provision of 20 structured parking spaces and is intended to fulfill the GSA's operational needs as the current lease is set to expire, emphasizing compliance with government standards for safety, accessibility, and sustainability. Interested parties must submit their expressions of interest by April 8, 2025, providing essential details such as building specifications, availability, and rental rates, and can contact David J. Rauen at david.rauen@gsa.gov or 312-720-5149 for further information.
General Services Administration (GSA) seeks to lease the following space:
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., specifically within the Central Employment Area (CEA). The requirements include a minimum of 18,169 square feet and a maximum of 19,077 square feet of above-grade space on a single floor, with the ability to accommodate approximately 600 square feet of Sensitive Compartmented Information Facility (SCIF) space and meet ISC Level IV security standards. This procurement is crucial as the U.S. Government's current lease will expire on April 30, 2027, and the GSA is exploring economically advantageous alternatives. Interested parties must submit their expressions of interest by April 14, 2025, and can contact Todd Valentine at todd.valentine@gsa.gov or 202-624-8531 for further details.
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2DC0655
Buyer not available
The General Services Administration (GSA) is seeking to lease a warehouse space measuring 146,679 square feet in Washington, DC, as outlined in Solicitation No. 2DC0655. The requirements for the proposed space include secured parking for 85 vehicles, a yard or exterior covered area, truck parking with adequate turning radius, access to a loading dock or freight elevator, and a backup generator with emergency power for server rooms. This procurement is crucial for meeting government operational needs while adhering to fire safety, accessibility, and sustainability standards, and the offered space must not be located in the 1-percent-annual chance floodplain. Interested parties must submit their expressions of interest by April 14, 2025, with the estimated market survey occurring in May 2025 and projected occupancy in September 2027. Proposals should be directed to Brad Seifert and Hunter Powell at the GSA, with contact details provided in the solicitation notice.
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2351
Buyer not available
The General Services Administration (GSA) is seeking proposals to lease a warehouse space in Capitol Heights, Maryland, with a total area of 162,199 ABOA square feet. The leased facility must include at least four loading docks, dedicated HVAC for office areas, emergency power for server and vehicle operations, and sufficient aisle widths for forklift movement, along with 75 secured parking spaces for various government vehicles. This procurement is essential for meeting the operational needs of the U.S. Government while ensuring compliance with fire safety, seismic, and sustainability standards. Interested parties must submit their expressions of interest by April 14, 2025, with a market survey estimated for May 2025 and expected occupancy by October 2027. For further details, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
General Services Administration (GSA) seeks to lease the following space:
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of approximately 17,652 ANSI/BOMA square feet of office space in Muskogee, Oklahoma. The lease term is set for 17 years, with a firm commitment of 15 years, and includes provisions for tenant improvements and security upgrades, as well as compliance with various federal regulations regarding safety and accessibility. This procurement is crucial for accommodating federal operations and ensuring that the leased space meets operational needs while adhering to sustainability and safety standards. Interested offerors must submit their proposals by April 10, 2025, and can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
General Services Administration (GSA) seeks to lease the following space: San Antonio, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in San Antonio, Texas, with specific requirements for the location and facilities. The GSA requires a minimum of 4,216 square feet of office space, which must comply with government standards for fire safety, accessibility, seismic, and sustainability, and must not be located in a floodplain. This procurement is crucial as the U.S. Government is considering alternative spaces due to the expiration of its current lease, taking into account factors such as cost and the feasibility of relocation. Interested parties should submit their expressions of interest by April 7, 2025, and can contact Marc Hortinela at marcryan.hortinela@gsa.gov or Matthew Van Allen at matthew.vanallen@gsa.gov for further information.
General Services Administration (GSA) seeks to lease office space in Omaha, NE
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically for a Federal Public Defender facility. The procurement requires a contiguous space ranging from 9,500 to 14,765 square feet, with specific features including three reserved surface parking spaces and compliance with government standards for fire safety, accessibility, and sustainability. This lease is crucial for accommodating legal services for financially disadvantaged individuals facing federal charges, ensuring a secure and functional environment for legal proceedings. Proposals are due by April 11, 2025, with an estimated occupancy date of July 1, 2026. Interested parties should contact Gayle Dunning at Gayle.Dunning@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov for further information.
Lease Space for Saint Louis, MO
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Saint Louis, Missouri, with specific requirements outlined in a presolicitation notice. The desired space must range from 1,000 to 2,000 square feet, include solid walls, first-floor garage door access, and a total of four surface parking spaces, while adhering to government standards for fire safety, accessibility, seismic stability, and sustainability. This procurement is critical for government operations, and interested parties must submit expressions of interest by December 30, 2024, with occupancy anticipated by May 1, 2025. For further inquiries, Richard Wygle, the Lease Contracting Officer, can be contacted at richard.wygle@gsa.gov or by phone at 816-810-9039.
General Services Administration (GSA) seeks to lease Office space in Fort Collins, CO and greater area.
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Fort Collins, Colorado, with specific requirements for a minimum and maximum of 50,559 square feet of office and laboratory space. The leased space must comply with government standards for fire safety, accessibility, seismic, and sustainability, and must not be located in a floodplain. This procurement is crucial as the government is considering alternative spaces due to the expiration of its current lease, evaluating factors such as cost and relocation logistics. Interested parties should submit expressions of interest by April 9, 2025, and can contact Tim Pavek at Timothy.Pavek@gsa.gov or (925) 790-2134 for further details.
Lease of Office Space in Region 3-RLP
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Roanoke, Virginia, under Request for Lease Proposals (RLP) No. 2VA0886. The requirement includes approximately 8,312 ABOA square feet of modern office space, with specific structural and security standards, including 37 reserved parking spaces, for a lease term of 10 years with a 5-year firm period. This procurement is critical for ensuring secure and efficient federal operations, emphasizing compliance with federal regulations such as the Energy Independence and Security Act (EISA) and the National Environmental Policy Act (NEPA). Proposals are due by April 18, 2025, at 4 PM EST, and interested parties should contact Michael Palermo at michael.palermo@gsa.gov or Elizabeth McCullough at elizabeth.mccullough@gsa.gov for further details.