2SD0132 - 3,456 SF Lease of Office Space in Rapid City, SD
ID: 2SD0132Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 OFFICE OF LEASINGLAKEWOOD, CO, 80225, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 5:59 AM UTC
Description

The General Services Administration (GSA) is seeking proposals for the lease of 3,456 square feet of office space in Rapid City, South Dakota, specifically for a Veteran’s Benefit Service Center under the Department of Veterans Affairs. The leased space must include at least 1,000 square feet on the first floor, feature a secure employee entrance, a separate entrance for visiting veterans, and comply with stringent security requirements, including a security system and access controls. This procurement is critical for providing a dedicated environment for veteran services, ensuring safety and accessibility for users. Interested parties should contact Michael Ortega at michael.ortega@gsa.gov or 303-396-4458 for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 4:07 PM UTC
The AAAP Post-Award Schedule outlines the timeline and activities involved for a project following a lease award. Replacing an earlier attachment, this schedule is critical for the management of design and construction processes, starting within five working days of lease award and culminating in government acceptance of the finished space. The schedule includes specific timelines for essential activities: Lessor-provided design intent drawings (83 days), government review and approval steps (totaling 60 days), and construction completion (102 days). Overall, it defines a comprehensive timeline totaling 322 working days from lease award to governmental acceptance, ensuring all parties are aligned regarding the construction process and approval stages. This document is integral to guiding the execution of federal projects and ensuring compliance with RFP stipulations and timelines.
The U.S. Government is seeking to lease office space in Rapid City, SD, specifically for the Department of Veterans Affairs’ Veteran’s Benefit Service Center. The lease requires a space ranging between 4,777 to 5,279 ABOA square feet with a lease term of 10 years (8 years firm) and specific tenant requirements, such as 1,000 square feet on the first floor, separate entrances for employees and veterans, a security system, and 10 surface parking spaces. Offerors should be aware of certain compliance and construction standards, including seismic considerations and the elimination of certain telecommunications as per federal regulations. Interested parties can submit offers during designated “Open Periods” through the Automated Advanced Acquisition Program (AAAP) and must comply with various federal, state, and local regulations. The government will award the lease based on the lowest price, technically acceptable offers without negotiations. Key contacts for the process are provided for further assistance.
Mar 28, 2024, 7:16 AM UTC
Jan 17, 2025, 6:06 PM UTC
The AAAP Post-Award Schedule outlines the timeline associated with the design and construction process following the award of a lease. This document is a replacement for a previously referenced attachment in the RLP and aims to guide the management of project activities until the government accepts the completed space. The schedule begins within five working days of the lease award and details various phases, including the submission of design intent drawings by the lessor, government review, pricing proposals, and construction completion. Overall, the entire process—from lease award to acceptance—spans 322 working days. Clear timelines are provided for each phase, emphasizing the importance of approvals and inspections by the government. This document serves as a critical framework for coordination between the government and the lessor, ensuring project timelines are adhered to and that the completed work meets all necessary requirements.
Mar 18, 2025, 4:07 PM UTC
The document outlines security requirements for facilities designated as Security Level I, establishing key protocols to ensure safety and protection of critical areas. Notably, it mandates access controls at entrances, requiring the installation of a Physical Access Control System (PACS) for employee entry, while maintaining visitor verification post business hours. It emphasizes securing critical areas—including mechanical and utility spaces—through strict access control measures and signage. The Lessor must cooperate with a Facility Security Committee to address security issues, control access to sensitive building information, and maintain cybersecurity measures. Building access control systems must remain isolated from federal networks, and in the event of a cybersecurity incident, the Lessor is obligated to follow established IT protocols. Landscaping is also mandated to minimize concealment opportunities, reinforcing physical security. Furthermore, the document outlines requirements for emergency generators and suggests best practices for cybersecurity, urging providers to adhere to national standards. These guidelines ensure comprehensive protection for government facilities, aligning with federal expectations for RFPs and grants.
The document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It covers instructions to offerors, including definitions, submission guidelines, and conditions for proposal modifications. Offerors must submit proposals in a specified format, acknowledge any amendments, and ensure compliance with submission deadlines, including provisions for late submissions under certain circumstances. The document emphasizes the importance of complete and legible proposals, noting that the government may reject proposals that are unbalanced in pricing or non-compliant. Additionally, the text details requirements related to the execution of lease agreements depending on the lessor's legal status, such as individuals, partnerships, or corporations. It emphasizes the necessity for Offerors to be registered in the System for Award Management (SAM) before award, providing a unique entity identifier and other required information. Lastly, it recognizes restrictions on disclosing sensitive data in proposals, especially regarding floodplain properties, and reiterates that awards will be given to the responsible offeror offering the best value. This document serves as a guideline for potential offerors in navigating the procurement process for leasing government properties.
The document outlines general clauses pertaining to the leasing of real property by the federal government, specifically regarding leases at or below the Simplified Lease Acquisition Threshold (SLAT). Key clauses cover definitions, property maintenance, inspections, fire damage procedures, default by lessors, payment terms, compliance with laws, and safeguarding contractor information systems. It emphasizes the lessor's responsibilities for maintaining the property in good condition, allowing government inspections, and adhering to safety standards. Provisions detail the procedures for handling fire and casualty damage, default scenarios, and methods for payment adjustments based on confirmed square footage. The document signifies the government's requirements for compliance with applicable laws and the safeguarding of sensitive information per federal standards, incorporating several FAR clauses to ensure comprehensive regulatory oversight. Overall, it serves as a structured framework facilitating the leasing process, defining roles, responsibilities, and compliance measures for both the lessor and the government within the context of federal acquisitions.
The document serves as a notice regarding technical issues with a PDF file that is not displaying correctly. It suggests upgrading to the latest version of Adobe Reader to resolve the issue associated with viewing the document. Additionally, it provides links for upgrading and assistance with Adobe Reader. The wording emphasizes that Windows, Mac, and Linux are recognized trademarks. The lack of content in the document means it does not deliver any information related to federal government RFPs, grants, or local RFPs. Such documents typically contain calls for proposals and funding opportunities significant for government projects but are absent here due to technical failure. Users experiencing difficulty are advised to update their PDF software for proper access. The document highlights the importance of having the right tools to ensure the accessibility of government files.
The Lessor's Annual Cost Statement is a crucial document used by the General Services Administration (GSA) to estimate the annual costs associated with leasing a property for government use. This document outlines two main sections: the estimated costs of services and utilities provided by the lessor as part of the rental agreement, and the estimated costs of ownership exclusive of capital charges. It requires the lessor to break down costs for various services, including cleaning, heating, electrical, plumbing, and maintenance, both for the entire building and for the government-leased area specifically. The document emphasizes the importance of accurately estimating costs to ensure compliance with governmental policies on fair rental charges, which should reflect prevailing rates in the community. It includes specific instructions for calculating rentable areas, estimating service costs, and identifying relevant expenses such as taxes and insurance. Additionally, the lessor must certify the accuracy of the information submitted. This structured format not only facilitates accurate budgeting for leased properties but also aids in determining fair market value and upholding transparency in government leasing processes.
The document outlines the prelease requirements for a Fire Protection and Life Safety Evaluation for an office building, dividing it into two parts based on the floor location of the offered space. Part A, applicable for spaces below the 6th floor, requires an Offeror or representative to complete a series of short questions on building information and fire safety systems. It emphasizes compliance with local building codes and the National Fire Protection Association (NFPA) standards. Part B, for spaces on the 6th floor or higher, mandates a professional engineer to provide a comprehensive report evaluating fire safety conditions, deficiencies, and corrective actions. The evaluation must adhere to various safety standards, detailing information on occupancy classifications, means of egress, suppression systems, fire alarms, and elevators. The document underscores that all parties must attest to the accuracy of the information provided and the commitment to fix any deficiencies before acceptance by the government. This evaluation is crucial for ensuring public safety and regulatory compliance in federal and local leasing processes.
Mar 18, 2025, 4:07 PM UTC
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," mandated for federal contracts. It requires that the Offeror, who owns the proposed property, disclose whether they will provide or use covered telecommunications equipment or services, as defined by the John S. McCain National Defense Authorization Act of 2019. Section 889 prohibits government agencies from procuring any system that uses this equipment, ensuring national security by limiting reliance on potentially harmful technology. It provides instructions for the Offeror to review their role regarding covered services and equipment and details the required disclosures based on their responses. Key components include definitions, prohibitions on procurement, and disclosure procedures regarding both equipment and services. This representation is essential to ensure compliance and safeguard government contracts and operations from risks associated with certain telecommunications technologies.
Lifecycle
Title
Type
Solicitation
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 office space, ideally situated on up to two contiguous floors, and must meet various safety and accessibility standards, including a minimum column spacing of 24 feet and a dedicated elevator for government use if security screening is on the ground floor. This procurement is crucial for ensuring that the government has adequate facilities to support its operations, and interested parties must submit their Expressions of Interest by April 29, 2025, to Jason Lichty at jason.lichty@gsa.gov, with occupancy anticipated by January 11, 2027.
Lease for Office Space in Sioux Falls, SD - 6,019 SF Required
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a lease of office space totaling 6,019 square feet in Sioux Falls, South Dakota. The government currently occupies a leased building in the area, which is set to expire, and is exploring alternate space options that may be more economically advantageous. This procurement is crucial for ensuring that the government has adequate office facilities while considering factors such as janitorial services, relocation costs, and potential downtime during the transition. Interested parties can reach out to Laura DeLong at laura.k.delong@usace.army.mil for further information regarding this solicitation.
General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TX1212
Buyer not available
The General Services Administration (GSA) is seeking to lease 15,525 square feet of space in Harlingen, Texas, for office, lab, and warehouse purposes. The procurement requires that the space be located in a modern building that meets specific construction and layout requirements, including first-floor accessibility and secure parking for 38 government vehicles. This opportunity is crucial for supporting government operations, as it emphasizes compliance with safety and sustainability standards, as well as the provision of daytime cleaning services. Interested entities must submit detailed expressions of interest by May 2, 2025, with a market survey scheduled for June 2025 and estimated occupancy anticipated by December 1, 2026. For further inquiries, contact Ed Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
VA HQ Vacant Retail Space
Buyer not available
The General Services Administration (GSA) is seeking expressions of interest from businesses to lease approximately 6,157 square feet of ground floor retail space at the Lafayette Building located at 811 Vermont Avenue NW, Washington, D.C. The GSA aims to enhance retail offerings in this historic urban setting, inviting proposals for retail food establishments and other retail uses, with the spaces being offered in "as is" condition as cold, dark shells. Interested firms must submit details including their company name, proposed use, operational experience, and contact information, with no brokerage fees applicable. The proposed lease term is five years, with a potential five-year renewal, and submissions are due by March 27, 2023, with project completion targeted for June 27, 2024. For further inquiries, interested parties can contact Kimberly Ashby at kimberly.ashby@gsa.gov or by phone at 202-710-9543.
Government Seeking Office Space on Airport
Buyer not available
The General Services Administration (GSA) is seeking proposals for leasing office space located on airport property in Kalamazoo, Michigan. The requirements specify a minimum and maximum of 927 square feet of office space, which must be contiguous and include all necessary services, utilities, and tenant alterations as part of the rental agreement. This procurement is crucial for accommodating federal operations within a secure and accessible environment, ensuring compliance with safety and environmental regulations. Interested parties should contact June M Beecham at june.beecham@gsa.gov or call 312-636-7485 for further details, with the lease term set for 120 months and a firm term of 60 months.
US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN COLUMBIA, SC
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Columbia, South Carolina, with specific requirements for the space to accommodate government operations. The GSA requires a total of 38,214 ABOA square feet of office and related space, with a minimum of 12 parking spaces, including 2 reserved spaces, and the ability to access the space 24/7. The leased space must meet various safety and accessibility standards and cannot be co-located with certain facilities that may pose operational risks. Interested parties must submit their Expressions of Interest by May 12, 2025, including detailed information about the offered space, and should direct inquiries to Jason Lichty at jason.lichty@gsa.gov or 972-739-2213.
X1AA--Grand Rapids Vet Center Relocation
Buyer not available
The U.S. Department of Veterans Affairs is seeking expressions of interest for a fully serviced lease of approximately 5,206 ANSI/BOMA Office Area Square Feet to accommodate a Veterans Readjustment Counseling Center (Vet Center) in Grand Rapids, MI. The desired space must be located within a specified boundary in Michigan’s 3rd congressional district, on a single floor, and in close proximity to the VA Medical Center, while being accessible via major roadways. This initiative is crucial for providing necessary services to veterans and must comply with federal standards, including various maintenance and operational requirements. Interested parties are required to submit detailed property information by May 9, 2025, with an estimated construction cost between $1,000,000 and $2,000,000. For inquiries, contact Kevin Adkins at kevin.adkins@va.gov or Lee Grant at Lee.Grant@va.gov.
1MT2150 - Request for Lease Proposals (RLP) - 7,360 SQFT
Buyer not available
The General Services Administration (GSA) is soliciting lease proposals for a space of 7,360 square feet in Poplar, Montana, through its Public Buildings Service. This Request for Lease Proposals (RLP) aims to secure suitable office space to meet federal requirements, emphasizing the importance of providing adequate facilities for government operations. Interested parties are encouraged to review the attached Proposal Packet for detailed submission guidelines and requirements, and they may contact Sadat Dardovski at sadat.dardovski@gsa.gov or 720-654-2112 for assistance. Proposals must adhere to federal guidelines and be submitted by the specified deadlines to ensure consideration.
Request For Lease Proposals in Charleston, SC
Buyer not available
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.
General Services Administration (GSA) seeks to lease the following space: Laredo, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Laredo, Texas, through its Public Buildings Service. The procurement aims to secure a suitable location for federal operations, emphasizing the need for compliance with specific leasing requirements under the NAICS code 531190, which pertains to lessors of other real estate property. This opportunity is critical for ensuring that government agencies have access to functional and efficient office environments to support their missions. Interested parties can reach out to Michael Noye at michael.noye@gsa.gov or 817-201-9326, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details.