US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN CHARLESTON, SC
ID: 4SC0129Type: Presolicitation
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 soliciting lease proposals for office space in Charleston, South Carolina, under Request for Lease Proposals No. 4SC0129. The GSA seeks between 19,245 to 20,207 ABOA square feet of contiguous space for a 15-year lease, with a firm term of 10 years, and specific requirements including modern construction, parking provisions, and accessibility to public transportation. This procurement is crucial for accommodating federal operations and ensuring compliance with various safety and efficiency standards. Interested lessors must submit their proposals electronically via RSAP by January 9, 2026, and can contact Jason Lichty at jason.lichty@gsa.gov or Todd Valentine at todd.valentine@gsa.gov for further information.

    Point(s) of Contact
    Jason Lichty
    (972) 739-2213
    (972) 739-2216
    jason.lichty@gsa.gov
    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.
    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.
    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.
    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.
    This government lease document, identified as LEASE NO. GS-04P-LSC02852, outlines the terms and conditions for the lease of office and related space by the United States of America, acting through the General Services Administration (GSA), from a Lessor. The lease has a term of 15 years, with a firm term of 10 years, and includes provisions for rent, operating costs, tenant improvements (TIA), and Building Specific Amortized Capital (BSAC). Key sections detail the premises, rent and other financial considerations, termination and renewal rights, and various documents incorporated into the lease. It also addresses adjustments for real estate taxes, operating costs, and vacant premises, along with definitions of terms, authorized representatives, and procedures for alterations. The document includes comprehensive construction standards, details for design, construction, and post-award activities, and requirements for utilities, services, and Lessor obligations during the lease term, emphasizing compliance with federal regulations and GSA standards.
    This government file outlines comprehensive security requirements for Facility Security Level III, applicable to federal government RFPs, grants, and state/local RFPs. The document details security measures for facility entrances, lobbies, common areas, and utility spaces, emphasizing access control, physical barriers, and the use of magnetometers and X-rays. It also specifies requirements for securing critical areas, managing visitor access, and protecting building utilities and systems. Interior government spaces require secure employee entrances, photo ID use, and electronic access control. Site and exterior security focuses on landscaping, HAZMAT storage, vehicle barriers, and controlled parking. The file mandates the design, installation, and maintenance of video surveillance, intrusion detection, and duress alarm systems, with strict testing and maintenance protocols. Structural elements like shatter-resistant windows and protected emergency generators are covered. Operational aspects include a Facility Security Committee, controlled access to building information, construction security plans, and mail screening. Finally, robust cybersecurity measures are outlined for Building and Access Control Systems (BACS), prohibiting connection to federal IT networks and encouraging adherence to DHS ICS-CERT, NIST-CSF, and other cybersecurity best practices to safeguard facilities and occupants.
    This document, GSA Template 3516 PAGE 1 (REV 02/25), outlines the solicitation provisions for the acquisition of leasehold interests in real property, focusing on instructions for offerors. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions. The document also addresses restrictions on data disclosure, lease award processes, and rules for unbalanced pricing. Furthermore, it specifies requirements for parties executing leases, procedures for serving protests, guidelines for facsimile proposals, and mandates registration in the System for Award Management (SAM) with unique entity identifiers. Finally, it incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA) regarding prohibited covered articles or sources, requiring offerors to disclose any non-compliance.
    This government file, GSA Template 3517B – REV (02/25), outlines the general clauses for the acquisition of leasehold interests in real property. It categorizes 56 clauses under headings such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key aspects include definitions, subletting and assignment rules, Lessor default conditions and Government remedies, inspection rights, delivery and condition requirements, progressive occupancy, maintenance obligations, fire and casualty damage procedures, compliance with applicable laws, and alteration rights. Payment clauses detail prompt payment, electronic funds transfer, and payment calculations based on square footage. Standards of conduct cover business ethics, anti-kickback procedures, drug-free workplaces, and hotline posters. Cybersecurity clauses address safeguarding information systems, personal identity verification, and prohibitions on certain hardware, software, and telecommunication services. The document also includes clauses for adjustments, audits, disputes, labor standards, and small business utilization, ensuring comprehensive regulatory compliance and operational guidelines for federal leases.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government RFPs, requiring lessors to detail estimated annual costs for services, utilities, and ownership. This form, mandated by OMB Control Number 3090-0086, ensures transparency and helps the GSA determine fair market value for leased spaces. Lessors must provide comprehensive cost breakdowns for various categories, including cleaning, heating, electricity, air conditioning, plumbing, elevators, and miscellaneous services. Additionally, the statement requires information on ownership costs such as real estate taxes, insurance, building maintenance, lease commissions, and management expenses. The form differentiates between costs for the entire building and the government-leased area, ensuring accurate cost allocation. Detailed instructions guide lessors on calculating rentable areas and itemizing costs, emphasizing the importance of providing either estimated or actual expenses. The Lessor's Certification section requires a signature from the owner or legal agent, attesting to the accuracy of the provided cost estimates. This document is essential for the GSA's policy of securing leases at prevailing market rates, facilitating informed decision-making in government real estate acquisitions.
    The General Services Administration's (GSA)
    The “SEISMIC FORM A CERTIFICATE OF SEISMIC COMPLIANCE BENCHMARK BUILDING” is a formal document used to certify a building's seismic compliance, likely in the context of government RFPs, federal grants, or state/local RFPs. An engineer in charge conducts a seismic evaluation and affirms that a specific building qualifies as a Benchmark Building according to ASCE/SEI 31, Table 1-1. The form requires detailed building characteristics such as ASCE Building Type, number of stories, approximate area, building design code, year of design code, and year of construction. The certifying engineer must provide their name, firm, address, telephone, license number, license state, and license expiration date, along with an affixed stamp and signature. This document ensures that structures meet specific seismic safety standards, crucial for compliance and eligibility in various government-funded projects.
    This document, FAR provision 52.204-24 (NOV 2021), details the
    This document is a Commission Agreement between a Lessor and Savills Inc., representing the United States of America (Tenant) through the General Services Administration (GSA), concerning a lease of office space in Charleston, SC. The agreement outlines a 4.0% commission based on the “Aggregate Lease Value” for the initial non-cancelable term of the lease. The commission is earned upon lease execution and paid in two installments: half when the lease is awarded and the remainder upon tenant occupancy or lease commencement. The Aggregate Lease Value includes full-service rental, base operating costs, real estate taxes, and amortized tenant improvement allowances, but excludes rental abatements (except for a specified Commission Credit), annual escalations for operating expenses/taxes, and additional tenant-paid services. A portion of the commission will benefit the Tenant as a credit to shell rent. Both parties agree to confidentiality, mutual indemnification against other brokerage claims, and limitations on liability. The agreement emphasizes that it constitutes the entire understanding between the parties, superseding prior discussions, and requires written modification for any changes.
    The document is not a government file but rather a placeholder message indicating that the user's PDF viewer may not be able to display the content. It advises upgrading to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical viewing issue rather than providing any programmatic or informational content.
    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.
    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.
    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.
    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.
    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.
    The GSA Request for Lease Proposals No. 4SC0129 in Charleston, SC, seeks 19,245 to 20,207 ABOA square feet of contiguous space for a 15-year lease (10 years firm), with offers due by January 9, 2026. The RLP outlines detailed requirements for the building, including modern construction, specific parking needs (2 surface/outside spaces), and a potential roof antenna installation. The location must be within a defined area of consideration, offer 24/7 access, be walkable to public transportation, and provide various employee amenities within a specified distance. Critical evaluation factors include seismic safety, asbestos-free or managed ACM, accessibility, and compliance with fire protection, life safety, and energy efficiency standards (EISA). Offers must be submitted electronically via RSAP and include comprehensive pricing, financial commitments, zoning evidence, and proof of ownership or control.
    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.
    Similar Opportunities
    7NC2156-R1-The US Government Seeks to Lease Office and Related Space in Charlotte, NC
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office and related space in Charlotte, North Carolina, under Request for Lease Proposal (RLP) No. 7NC2156-R1. The procurement requires a minimum of 21,612 and a maximum of 22,260 ABOA square feet of contiguous office space, with a lease term of 15 years, including a 10-year firm period. This space is essential for accommodating government operations and must comply with federal standards for safety, accessibility, and sustainability, including seismic and fire safety requirements. Interested parties must submit their offers electronically by January 9, 2026, with occupancy anticipated in Summer 2027. For further inquiries, contact Lease Contracting Officer Jessica Herring at jessica.herring@gsa.gov or Broker Robert Brunton at robert.brunton@gsa.gov.
    U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlottesville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0782. The agency requires a minimum of 5,100 and a maximum of 6,180 ABOA square feet of contiguous office space, with specific requirements including three reserved parking spaces within three blocks and compliance with various government standards for safety and accessibility. The lease term is set for ten years, comprising a five-year firm term and a five-year option, with proposals now due by December 19, 2025, at 4:00 PM EST. Interested offerors should submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Nicholas Dippel at nicholas.dippel@gsa.gov or 267-496-5427 for further information.
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA for further details.
    5VA0808 GSA Seeking Office Space in Danville, VA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Danville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0808. The procurement requires a space ranging from 1,000 to 1,700 ABOA square feet, with a 10-year initial full term and a 3-year firm term, emphasizing modern construction standards and energy efficiency compliance. This office space will support federal operations, necessitating features such as reserved parking, accessibility, and adherence to safety regulations. Proposals are due by December 29, 2025, at 2:00 P.M. EST, and interested parties should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772 for further information.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    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.
    General Services Administration Office Space Pine Bluff, Arkansas
    General Services Administration
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    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.