Request For Lease Proposals in Charleston, SC
ID: 4SC0129Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 9:00 PM UTC
Description

The General Services Administration (GSA) is soliciting proposals for leasing office space in Charleston, South Carolina, under Request for Lease Proposals (RLP) No. 4SC0129. The GSA seeks a minimum of 15,919 to a maximum of 16,704 ABOA square feet of modern, contiguous office space, with a lease term of 15 years, including a 10-year firm period, and specific requirements for safety, accessibility, and energy efficiency. This procurement is crucial for accommodating government operations while ensuring compliance with federal standards, including fire safety and seismic regulations. Proposals are due by May 9, 2025, and interested parties can contact Jason Lichty at jason.lichty@gsa.gov or Spencer Parsons at spencer.parsons@gsa.gov for further information.

Point(s) of Contact
Files
Title
Posted
This government leasing document outlines the terms of a lease agreement identified as Lease No. GS-04P-LSC02852 between the lessor and the U.S. Government, represented by the General Services Administration (GSA). The lease spans 15 years, with 10 years firm, covering premises for government use, inclusive of specific parking provisions and amenities. Key terms include the rental structure, with various cost breakdowns for shell rent, operating costs, tenant improvements, and additional fees for parking, all subject to adjustments based on final measurements and other defined metrics. Significant aspects include the rights and responsibilities of the parties, termination and renewal rights, and detailed provisions regarding building improvements, construction standards, and utilities management. The document emphasizes compliance with federal regulations and standards while detailing financial mechanisms for adjustments, broker commissions, and environmental responsibilities. Ultimately, the lease aims to ensure the Government meets its operational needs while adhering to legal and fiscal accountability in managing federal property.
Apr 9, 2025, 8:08 PM UTC
The document outlines comprehensive security requirements for a federally leased facility classified as Level III. These stipulations include the installation and maintenance of security systems, risk assessments, and countermeasures based on the Design-Basis Threat (DBT) analysis. Key requirements involve physical access controls at building entrances, lobby queuing management, employee and visitor identification protocols, and security measures for critical areas, including video surveillance and intrusion detection systems. It emphasizes the necessity for maintaining operational security through controlled access and monitoring systems, ensuring the protection of infrastructure and sensitive areas. Furthermore, the document mandates stringent policies for employee identification, the management of hazardous materials, landscaping for crime prevention, and measures against cybersecurity threats, illustrating a robust framework for the safety of government facilities. Overall, the document serves as a guideline for contractors, detailing expected security standards and operational procedures necessary to protect federal spaces and personnel, ensuring compliance with government mandates.
Apr 9, 2025, 8:08 PM UTC
This document outlines the solicitation provisions for the federal acquisition of leasehold interests in real property. It defines essential terms such as discussions, proposal modifications, and the submission process for proposals, emphasizing the necessity for timely and signed submissions, including conditions for late proposals. Offerors are required to provide documentation to support late submissions under specific circumstances. The Government holds the authority to amend solicitations, reject proposals, and assess proposals based on best value criteria. Guidelines for the signature of leases by individuals, partnerships, and corporations are included to ensure proper execution. Furthermore, the document stipulates requirements for registration in the System for Award Management (SAM), detailing what is needed for compliance. It also covers the Federal Acquisition Supply Chain Security Act (FASCSA) orders, outlining prohibitions related to covered articles during the performance of contracts. This comprehensive framework aids contractors in navigating the complexities of federal procurement processes while ensuring transparency and security in government contracting.
Apr 9, 2025, 8:08 PM UTC
The document outlines general clauses related to the acquisition of leasehold interests in real property, primarily relevant for federal leases. Key provisions include definitions of terms, guidelines for subletting and assignments, successors' obligations, property maintenance responsibilities, and standards for occupancy and payment processes. Notably, it details the procedures for handling default by the lessor, the Government's rights to inspect and enter properties, and clauses regarding payment adjustments based on property conditions. The document emphasizes compliance with various laws and the necessity for proper documentation and certifications, particularly regarding safety and occupancy standards. It also specifies requirements for prompt payment, contractor ethics, and prohibits certain practices related to financial dealings. This comprehensive framework aims to ensure that all parties fulfill their obligations effectively, emphasizing legal compliance and accountability, which is essential for government contracting and fiscal management. The overall purpose serves to facilitate transparent leasing arrangements that protect the interests of the government, promote fair business practices, and ensure regulatory adherence throughout the lease term.
The document appears to be an error message related to a PDF viewer issue, indicating that the content cannot be displayed properly. It suggests upgrading to the latest version of Adobe Reader for better compatibility, providing links for downloading and assistance. The message emphasizes that Windows, Mac, and Linux are trademarks of their respective companies, with no substantial information regarding federal government RFPs, grants, or programs presented within the content. Hence, no evaluative analysis can be performed as the document lacks relevant data necessary for summary or interpretation.
The document outlines the Lessor's Annual Cost Statement used in federal lease proposals, required by the General Services Administration (GSA). It encompasses an estimation of annual costs for services and utilities included in rental agreements, such as cleaning, heating, electrical, plumbing, and maintenance, both for the entire building and specifically for government-leased areas. The document entails detailed instructions for landlords on how to calculate costs and provides specific line items to capture expenses, including salaries, supplies, system maintenance, taxes, and insurance. It emphasizes the need for accurate estimations to determine the fair market value of leased spaces. Additionally, it includes a certification section where lessors must attest to the accuracy of the submitted information. The overarching aim of this form is to ensure transparency and standardization in lease agreements within federal contracting, reflecting the government's commitment to fiscal responsibility in managing public funds.
Apr 9, 2025, 8:08 PM UTC
The document outlines the requirements for conducting a Fire Protection and Life Safety Evaluation for office buildings offered under lease to the government. It is divided into two parts: Part A, suitable for spaces below the 6th floor, requires completion by the Offeror or an authorized representative, while Part B, applicable to spaces on or above the 6th floor, must be completed by a licensed fire protection engineer. Part A includes questions regarding building information, general fire safety systems, and other relevant uses of the building, focusing on compliance with local fire codes and the National Fire Protection Association (NFPA) standards. It also emphasizes the importance of automatic fire sprinkler and alarm systems. Part B requires a detailed narrative report from the professional engineer, assessing fire safety conditions through a physical evaluation of the building, identifying deficiencies, and providing corrective action recommendations. The evaluation covers aspects like occupancy classifications, means of egress, building construction types, and the status of fire protection systems. This comprehensive evaluation is essential to ensure that any offered space complies with fire safety regulations before lease acceptance, highlighting the government’s commitment to maintaining safety standards in its facilities.
Apr 9, 2025, 8:08 PM UTC
The document outlines the requirements for seismic compliance in federal and leased buildings, focusing on the necessary forms that must be submitted by Offerors and their engineers to confirm adherence to the RP 8 standards. Forms A through D cover pre-award submissions, detailing criteria for benchmarking existing buildings, evaluating life safety compliance for older structures, and indicating commitments for retrofitting or new construction. Forms E and F are for post-award submissions related to compliance after retrofitting or new building construction. Specific exemptions from seismic requirements are also noted. Compliance is determined by licensed engineers who evaluate various structural safety standards, with all submissions requiring supporting documentation as detailed in the RLP and Lease. This framework ensures that federally owned or leased buildings meet necessary safety standards against seismic hazards, thereby safeguarding public welfare and ensuring structural integrity. The document serves as a critical resource for government agencies engaged in construction and leasing operations to maintain compliance with seismic safety practices.
Apr 9, 2025, 8:08 PM UTC
This document serves as a representation requirement regarding certain telecommunications and video surveillance services or equipment for contractors engaging with the federal government. It outlines the prohibitions under the John S. McCain National Defense Authorization Act, specifically regarding the procurement of equipment or services using covered telecommunications components deemed harmful to national security. The Offeror must confirm whether they will provide or use covered telecommunications services and equipment, and if so, disclose detailed information about such services, including the manufacturers and specifications. It specifies that the Offeror must conduct a reasonable inquiry to ensure compliance and provide disclosure if applicable. The guidance emphasizes the need to check the System for Award Management for any excluded parties and clearly delineates that telecommunications equipment not controlling or redirecting data is exempt from the prohibitions. This representation aligns with federal contracting requirements to mitigate risks associated with certain technologies in government services, reflecting stringent security and regulatory measures.
Apr 9, 2025, 8:08 PM UTC
This document outlines a Request for Lease Proposal (RLP) between the General Services Administration (GSA) and a lessor, facilitated by Savills Inc. as the broker, regarding leasing office space in Charleston, SC. The agreement specifies that the broker will earn a commission of 4.0% on the Aggregate Lease Value, which includes all rental costs for the initial lease term, but excludes certain factors like rental abatements and additional service payments. Payments to the broker are structured in two installments: half upon lease award and the remainder upon the tenant's occupancy or lease commencement. Both parties commit to not involving other brokers in this process and to maintain the confidentiality of financial terms. The agreement emphasizes limited liability for either party, requiring them to bear only direct damages, while ensuring full authority and responsibility in executing the contract. This document reflects procedural elements essential in federal RFPs, focusing on ensuring contract transparency, defining roles, and outlining financial arrangements critical for government transactions.
Apr 9, 2025, 8:08 PM UTC
The GSA Request for Lease Proposals (RLP) No. 4SC0129 seeks offers for lease space in Charleston, SC, with proposals due by May 9, 2025. The document outlines specific requirements, including a minimum of 15,919 to a maximum of 16,704 ABOA square feet of modern, contiguous office space, and additional amenities such as two reserved parking spaces. Lease terms include a 15-year duration with a 10-year firm period, allowing government termination rights with sufficient notice. Key considerations in the proposal must include the compliance with safety and environmental standards, accessibility, energy efficiency (preferably with ENERGY STAR® certification), and a preference for historic properties. Offerors must submit a complete proposal using prescribed forms and ensure that their offered spaces meet outlined standards. The selection will be based on criteria including price and adherence to technical requirements. This RLP reflects the government’s structured process for soliciting and awarding lease space, ensuring thorough evaluation of submitted offers to meet its operational needs.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GREER, SC
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Greer, South Carolina, with specific requirements for the space to accommodate government operations. The desired location must provide between 12,155 and 12,763 square feet of contiguous office space, with accessibility features, a loading dock, and compliance with various safety and sustainability standards. This procurement is crucial for ensuring that the government has adequate facilities to support its functions, and interested parties must submit their expressions of interest by April 16, 2025, with occupancy anticipated in December 2026. For further inquiries, contact Jason Lichty at jason.lichty@gsa.gov or by phone at 972-739-2213.
Government Services Administration (GSA) seeks to lease office space in Charlotte, NC
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, specifically requiring a total of 34,557 square feet of space to accommodate government operations. The leased premises must be the sole occupancy of the tenant, featuring secured parking for 20 government vehicles, and must comply with various government standards for safety, accessibility, and sustainability. This opportunity is critical as it addresses the need for alternative office space due to the expiration of the current lease, with expressions of interest due by May 1, 2025, and an estimated occupancy date of September 1, 2025. Interested parties should direct their inquiries to Tim Pavek at Carpenter/Robbins Commercial Real Estate, Inc., via email at Timothy.Pavek@gsa.gov or by phone at (925) 790-2134.
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.
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.
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.
GSA Seeking Lease Space - Rapid City, SD
Buyer not available
The General Services Administration (GSA) is seeking to lease office and light industrial space in Rapid City, South Dakota, with specific requirements for the facility. The procurement aims to secure between 6,462 and 6,802 rentable square feet, including space for accommodating oversized vehicles, with a total parking capacity for 14 vehicles, all within a secured environment. This lease, which will span a full term of 20 years, is critical for supporting government operations and ensuring compliance with various safety and accessibility standards. Interested parties must submit their proposals by April 20, 2025, and can direct inquiries to Michael Ortega at michael.ortega@gsa.gov or Michael Condon at michael.d.condon@gsa.gov for further details.
GSA seeking office space in Pierre, SD
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Pierre, South Dakota, with a requirement for between 5,300 and 5,600 square feet of contiguous space. The leased facility must ideally be located on the second floor or higher, with specific security and accessibility standards, including a minimum of 19 parking spaces and compliance with government fire safety and sustainability regulations. This procurement is critical for accommodating government operations while ensuring a secure and compliant environment. Offers are due by April 18, 2025, with an estimated occupancy date of March 1, 2026. Interested parties should submit proposals electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Leasing Specialist Samuel Feldman at samuel.feldman@gsa.gov or Lease Contracting Officer Michael Condon at michael.d.condon@gsa.gov for further inquiries.
U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office and related space in Charlottesville, Virginia. The procurement requires a fully contiguous space ranging from 5,270 to 6,180 ABOA square feet, with essential amenities including three reserved parking spaces, and a lease term of ten years, consisting of a five-year firm period with an option for an additional five years. This opportunity is critical for establishing a suitable government office location that adheres to strict safety, environmental, and sustainability standards, while also ensuring compliance with the Energy Independence and Security Act. Interested offerors must submit their proposals electronically by April 17, 2025, with occupancy anticipated in March 2027. For further inquiries, contact JoAnn Stewart at joann.stewart@gsa.gov or Jessica Crosiar at jessica.crosiar@gsa.gov.
The Government Seeks to Lease Office and Related Space in Garden City, NY
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office and related space in Garden City, NY, with a requirement for a contiguous area of 17,209 to 18,972 ABOA square feet. The lease term is set for 20 years, including a firm commitment of 10 years, with an estimated occupancy date of June 1, 2027. This opportunity is crucial for providing a secure and professional environment for governmental operations, necessitating that the building be modern, in sound condition, and located in a neighborhood with a low crime rate and no high-risk tenants. Interested parties must submit their proposals electronically by April 14, 2025, through the Requirement Specific Acquisition Platform (RSAP), and can contact Dominic Vedder at dominic.vedder@gsa.gov or Jessica Delossantos-Punter at jessica.delossantos@gsa.gov for further information.