General Services Administration (GSA) Request for Lease Proposal (RLP), Solicitation No. 9TX332, Dallas, Texas
ID: 9TX3332_Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 OFFICE OF LEASINGFORT WORTH, TX, 76102, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for a lease of office space in Dallas, Texas, under Solicitation No. 9TX332. The government requires approximately 12,545 ABOA square feet of office space, with specific needs for security features, accessibility compliance, and a professional appearance in a well-maintained environment. This procurement is essential for accommodating government operations and ensuring a functional workspace that meets federal standards. Interested lessors must submit their expressions of interest by January 14, 2025, with occupancy expected no later than August 31, 2025. For further inquiries, contact Don Day at don.day@gsa.gov or Robin Riley at robin.riley@gsa.gov.

    Files
    Title
    Posted
    The document outlines Request for Lease Proposals (RLP) No. 9TX3332 from the General Services Administration (GSA) for a Lease in Dallas, Texas. Offers are due by January 14, 2025, and must comply with the RLP's requirements for consideration. The government seeks approximately 12,545 square feet of space, with specifics provided for the construction quality and security needs, including structured parking and antenna installation provisions. The Lease term is set for 17 years, with early termination rights for specific departments after defined notice periods. The document includes eligibility requirements, emphasizing factors such as safety, accessibility, and energy efficiency compliance under the Energy Independence and Security Act. Offerors must provide comprehensive pricing information and evidence of compliance with zoning laws and safety standards. The evaluation process will be based on price and compliance, with an emphasis on operational lease scoring. The successful offeror will enter into a binding lease agreement with GSA upon execution. This RLP emphasizes the federal government's procurement process, transparency, and adherence to environmental and safety standards in securing leasing agreements for federal use.
    The document presents a comprehensive Lease Agreement (Lease No. GS-07P-LTX-00914) between a Lessor and the U.S. Government, represented by the General Services Administration (GSA). The lease pertains to office space located at Harwood Center, Dallas, Texas, encompassing 15,255 rentable square feet for a term of 17 years. The lease outlines the rights and responsibilities of both parties regarding rent, tenant improvements, alterations, and maintenance obligations. Key provisions include rental rates, parking space allocation, and termination and renewal rights. Specific clauses detail operational requirements, construction standards, and utilities management. The lease also specifies the method for adjustments related to real estate taxes and operating costs. Overall, the document serves as a legal framework for the leasing arrangement, ensuring compliance with federal guidelines and facilitating the Government's operational needs.
    This document outlines the security requirements for a federal facility classified as Facility Security Level II. It emphasizes that all security obligations should be included in the Building Specific Amortized Capital (BSAC). Key components include definitions of critical areas that must be secured, mechanisms for employee access control, and regulations concerning common and utility spaces to enhance security. The Lessor is responsible for implementing a comprehensive security strategy that includes physical access control systems, video surveillance, and intrusion detection systems. Additionally, provisions regarding visitor access, landscaping to minimize concealment, and the management of hazardous materials are detailed. The document also covers the need for a formal construction security plan and cybersecurity measures to protect building access control systems. Overall, the framework establishes a rigorous standard to ensure the safety of federal employees and the integrity of government operations within the facility.
    The document outlines solicitation provisions for acquiring leasehold interests in real property under federal guidelines. It defines critical terms, such as "discussions" and "proposal modification," and details the procedures for submitting, modifying, and withdrawing proposals. Among the requirements highlighted are the necessity of proposal submission in paper format, acknowledgement of amendments, and specific handling instructions for late proposals. The government reserves the right to reject any or all proposals and will evaluate offers based on best value. An important section stresses the preaward compliance evaluation for contracts exceeding $10 million, ensuring equitable opportunity standards are met. Additionally, provisions are included regarding the importance of registration in the System for Award Management (SAM) before contract awards, emphasizing the need for a unique entity identifier. The document also discusses compliance with the Federal Acquisition Supply Chain Security Act, mandating offerors to disclose any potentially prohibited items. Overall, it establishes a clear framework for prospective offerors to ensure compliance with federal contracting standards during the leasing process.
    The document outlines requirements for evaluating fire protection and life safety measures in offered building spaces, as specified by the General Services Administration (GSA). It is divided into two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, completed by a licensed fire protection engineer. Each part contains a series of questions assessing compliance with local building codes and the National Fire Protection Association (NFPA) standards, focusing on features such as fire alarm systems, automatic sprinklers, exits, and emergency lighting. In Part A, Offerors provide basic building information, confirm fire safety systems installed, and verify egress routes, while signing a statement of accuracy. Part B requires a narrative report detailing fire safety evaluations and compliance issues, including occupying spaces and recommended corrections. The engineer must be licensed in the applicable state, ensuring valid assessments with findings documented. The evaluations help ensure the proposed spaces meet essential safety protocols for government occupancy, highlighting the importance of adherence to federal standards in RFP processes for public buildings.
    The ENERGY STAR® Building Upgrade Value Calculator® (BUVC) is a tool designed for commercial real estate owners and managers to assess the financial viability of energy efficiency upgrades in their properties. Version 2.0 of the BUVC evaluates the financial impacts of proposed improvements from the owner's perspective and also analyzes financial benefits for tenants under common lease structures. The tool allows for two types of analyses: a "Whole Building" analysis, which assumes the owner bears all costs, and a "By Tenant" analysis, which incorporates tenant expense reimbursements. Users can input property and project details, select the analysis type, and calculate results that provide insights into metrics such as net investment costs, payback periods, and return on investment. The calculator also enables users to generate customizable reports and letters to facilitate discussions with tenants regarding potential upgrades. Additionally, the document provides definitions of terminology and detailed instructions for navigating the calculator. This resource emphasizes the significant financial advantages of investing in energy performance, promoting sustainability while also enhancing economic outcomes for property owners and tenants alike.
    This document outlines the General Clauses applicable to the Acquisition of Leasehold Interests in Real Property, detailing the terms and conditions of such leases under federal guidelines. It includes 58 clauses categorized into sections such as General, Performance, Payment, Standards of Conduct, Audits, Labor Standards, Small Business provisions, Cybersecurity, and others. Each clause references specific parts of the Federal Acquisition Regulation (FAR) or General Services Acquisition Regulation (GSAR), indicating deviations from standard practices. Key provisions cover definitions, the rights and responsibilities of lessors and the government, maintenance requirements, inspection rights, adjustments related to contract performance, compliance with laws, and performance standards. The document emphasizes the government’s rights concerning property inspection, space acceptance, payment systems, and ethical conduct, including regulations about small business participation and cybersecurity measures. Overall, this structured framework aims to create a clear understanding of obligations and rights between government entities and lessors in federal property leases, ensuring compliance with regulatory standards and promoting fair business practices in procurement.
    This government document outlines a Request for Lease Proposals (RLP) regarding building space leasing for federal purposes. It includes financial details such as shell rent, operating costs, tenant improvement rents, and building specifics. The document is structured into multiple sections, starting with an overview of the building and a rent table detailing various financial components. Following this, it addresses additional financial aspects like renewal options, adjustments for services, and commissions. Later sections deal with building and property information, including compliance with safety standards, energy efficiency, and historical preservation. Key points highlight the total rentable square footage, parking requirements, and the significance of compliance with the Americans with Disabilities Act and asbestos regulations. The offeror must certify their commitment to the RLP's terms and disclose any deviations from the outlined requirements. Overall, this document serves as a formalized template for prospective lessors to submit their proposals while ensuring that they understand the necessary compliance measures and financial obligations involved in leasing government property. This process is vital in the broader context of government operations, ensuring transparency and accountability in public lease agreements.
    The document outlines the Lessor's Annual Cost Statement required for government leases, specifically detailing the estimated annual costs of services and utilities that the lessor must provide as part of the rental agreement. It is structured into two primary sections: the first section lists various services and utilities (e.g., cleaning, heating, air conditioning) with corresponding cost estimates for both the entire building and the area leased by the government. The second section pertains to the estimated annual cost of ownership excluding capital charges such as real estate taxes and insurance. The instruction section emphasizes that the General Services Administration (GSA) aims to ensure rental charges align with community standards and outlines the method for calculating rentable space. The form includes provisions for the lessor to certify the accuracy of their cost estimates. Overall, this document serves to standardize and facilitate the collection of necessary financial information from lessors, ensuring a fair valuation of leased government properties in accordance with established guidelines.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is essential for compliance with Section 889 of the John S. McCain National Defense Authorization Act. It defines prohibitions against procuring telecommunications equipment or services that involve covered entities. Offerors must represent whether they provide or use such covered services in contracts, requiring detailed disclosures if they answer affirmatively. Key terms related to this regulation are defined, informing how telecommunications systems may operate within government contracts. The document structures the representation into definitions, prohibitions, procedural requirements, and disclosure guidelines for potential contractors. This representation is critical in ensuring that government procurement avoids compromised services and upholds national security standards, particularly regarding technology infrastructure integral to federal operations.
    The Model Individual Subcontracting Plan provides a framework for federal contractors to prepare and submit their subcontracting strategies aimed at maximizing opportunities for small businesses. Essential for contracts exceeding specific dollar thresholds, the plan outlines requirements mandated by the Federal Acquisition Regulation (FAR) to ensure participation from various small business categories including veteran-owned, women-owned, and HUBZone firms. Key components include establishing subcontracting goals based on projected expenditures during the contract term, periodic reporting, and incorporating indirect costs as necessary. Contractors must also engage in market research to identify potential small business sources, and provide sufficient outreach to ensure equitable competition among small businesses. The plan becomes a material part of the contract and is subject to federal monitoring for compliance. Failure to meet the established goals can result in penalties. This structured approach not only fosters small business engagement but also adheres to governmental fiscal responsibility within RFPs and grants processes, enhancing transparency and accountability in federal contracting.
    Similar Opportunities
    RLP Package No. 1TX2702 (Fort Worth TX)
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for Lease Package No. 1TX2702, which involves leasing between 45,647 and 47,929 square feet of modern office space in Fort Worth, Texas, for a term of 17 years. The leased property must meet specific requirements, including modern construction standards, adequate parking, and designated areas for amenities and training, while adhering to security, environmental, and accessibility standards. This procurement is crucial for fulfilling government operational needs and ensuring compliance with federal regulations, with proposals due by April 2, 2025. Interested parties can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 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.
    RLP Amendment #1 - RLP No. 1TX2805
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for leasing office space under RLP Amendment 1 - RLP No. 1TX2805, specifically for the Federal Protective Services in Grand Prairie, Texas. The amendment outlines the requirement for 17 secured parking spaces reserved for government use, which must adhere to established security protocols, and updates the necessary documentation for prospective lessors, including templates and compliance forms. This procurement is crucial for ensuring that the government has access to secure and compliant facilities to support its operations. Interested parties can reach out to Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further details regarding the submission process and requirements.
    RLP Package No. 2TX1275
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 14,408 ABOA square feet of commercial office space in Corpus Christi, Texas, under Request for Lease Proposals (RLP) No. 2TX1275. The procurement aims to secure a facility that meets specific requirements, including a modern building façade, robust security measures, energy efficiency standards, and compliance with environmental regulations, with a lease term of 20 years and a firm period of 17 years. This opportunity is significant for providing essential office space for government operations while ensuring adherence to safety and accessibility standards. Proposals are due by March 7, 2025, and interested parties can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or by phone at 202-652-4189 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, through a presolicitation notice. The procurement aims to secure nonresidential building space, specifically for the Public Buildings Service, which plays a crucial role in providing federal agencies with the necessary facilities to operate effectively. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or 817-978-1504, or Sandy Martinez at sandy.martinez@gsa.gov or 817-978-7114 for further details regarding the leasing opportunity.
    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, through a presolicitation notice. The procurement aims to secure nonresidential building space, specifically for the Public Buildings Service, which plays a crucial role in providing federal agencies with the necessary facilities to operate effectively. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or 817-978-1504, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details regarding the leasing opportunity.
    Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Corpus Christi, Texas, under Request for Lease Proposals (RLP) 25REG07. The GSA requires a minimum of 4,900 ABOA square feet of office space for a federal law enforcement agency, with specific stipulations regarding the location and security features of the premises, including secured parking and restrictions on nearby facilities. This procurement is critical for housing law enforcement personnel who may carry weapons and require secure facilities, with a lease term of 15 years and a firm 10 years. Interested offerors should contact Torrence Borden at torrence.borden@gsa.gov or Sergio Leal at sergio.leal@gsa.gov for further details, and must submit their proposals during the designated Open Periods on the AAAP website.
    Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space within Region 7, specifically in Houston, Texas, under Request for Lease Proposals (RLP) 25REG07. The procurement aims to secure nonresidential office space that meets specific requirements, including provisions for SIPR and NIPR Rooms with defined BTU consumption, as well as space for a Contingency Communications Trailer. This opportunity is crucial for supporting government operations, ensuring that the agency has a secure and functional workspace. Interested parties can reach out to Dusty Griffith at dusty.griffith@gsa.gov or call 817-680-0641 for further details, while Robin Riley is available at robin.riley@gsa.gov or 682-209-3778 for additional inquiries.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2402
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and office facility in Hyattsville, Maryland, under Solicitation No. 9MD2402. The required space totals approximately 123,123 ABOA square feet, including 106,120 square feet of warehouse and 17,003 square feet of office space, with specific requirements for ground-floor access, a secured perimeter, and adequate loading facilities. This procurement is essential for meeting government facility needs while adhering to standards for fire safety, accessibility, and sustainability. Interested parties must submit their Expressions of Interest by March 7, 2025, with occupancy anticipated by December 2026; for further inquiries, 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: Solicitation No. 3TN0311
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a 5,419 square feet office space in Jackson, Tennessee, as outlined in Solicitation No. 3TN0311. The leased space must be situated within a specified delineated area and constructed to meet modern standards, ensuring flexibility and minimal architectural obstructions to support office workflow. This procurement is critical for housing a federal law enforcement office, necessitating compliance with stringent safety and security guidelines, including the exclusion of locations near hazardous materials or foreign facilities. Interested parties must submit detailed proposals, including building specifications and site plans, by March 12, 2025, with potential occupancy targeted for February 1, 2026. For further inquiries, contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190.