The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
ID: 0PR2126AAType: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER AIRFIELD STRUCTURES (X1BZ)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. This procurement aims to provide a facility that meets specific operational needs for housing various aircraft, ensuring 24/7 access and adequate security measures. The lease term is set for 20 years, commencing around June 1, 2026, and includes provisions for tenant improvements and adherence to energy efficiency standards. Proposals are due by 4 p.m. ET on February 28, 2025, and interested parties can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 0PR2126 outlines the requirements for leasing space in Carolina, PR, with a proposal submission deadline of September 24, 2024. The GSA seeks a minimum of 17,480 to a maximum of 18,354 ANSI/BOMA square feet for a hangar facility meeting specific operational needs for housing various aircraft, including 24/7 access and adequate security measures. The lease term is set at 20 years, starting around June 1, 2026, with provisions for tenant improvements and a firm commitment to energy efficiency standards such as the ENERGY STAR label. Proposers must provide detailed pricing, including tenant improvement costs, and adhere to environmental and safety regulations, facilitating a thorough evaluation process focused on compliance and operational functionality. The document emphasizes a structured method of award based on criteria including layout efficiency, security requirements, and environmental assessments, underscoring the government's commitment to obtaining facilities that meet stringent security and sustainability standards.
    This document pertains to Lease No. GS-02P-LPR00770, established between the United States Government and a specified Lessor for a commercial property. It outlines terms, conditions, and obligations for a 20-year lease, including a 15-year firm term with provisions for termination and renewal. The lease encompasses the premises to be used for government purposes, detailing rent structure with annual adjustments based on occupancy and operating costs. Specific rights are granted to the Government, such as the access to parking and facilities for telecommunications. Additionally, the lease includes provisions for tenant improvements, which are subject to a Tenant Improvement Allowance, the negotiation of lump-sum payments, and specific operational adjustments tied to occupancy levels. Other aspects covered include the adjustment for real estate taxes, alterations requested by the Government, and maintenance obligations. The document serves as a comprehensive guide to the contractual relationship between the Government and the Lessor, ensuring adherence to regulatory requirements while facilitating governmental operations. It is part of the broader context of government RFPs, focusing on ensuring compliance, efficient use of federal funds, and maintaining standards for federal properties.
    The GSA's Prelease Fire Protection and Life Safety Evaluation outlines the requirements for assessing the fire safety measures of office buildings for lease agreements. The document is divided into two parts—Part A for spaces below the 6th floor to be completed by the Offeror, and Part B for spaces on or above the 6th floor, which requires a licensed professional engineer's evaluation. Key areas of focus include compliance with building and fire codes, details of fire protection systems like automatic sprinklers and alarms, exit routes, and elevators. Part A contains a series of basic inquiries regarding general building information and safety systems, while Part B mandates a comprehensive report detailing existing conditions, violations, hazard identification, construction types, exit strategies, and emergency operations. The evaluations ensure that the offered spaces meet mandatory fire safety standards. Overall, this evaluation process is critical for ensuring public safety and regulatory compliance before a lease can be finalized by the government.
    The document outlines the requirements for seismic compliance in federal buildings as part of the Request for Lease Proposals (RLP) process. It includes various forms (A-F) that need to be completed by Offerors and their engineers to confirm adherence to the Standards of Seismic Safety for Existing Federally Owned and Leased Buildings (RP 8). Forms A and B assess compliance for benchmark and existing buildings, respectively, while Form C commits to seismic upgrades for retrofits or the design code for new constructions. Form D allows for exemption representation under specific conditions. Post-award forms E and F verify seismic compliance for retrofitted and new buildings. Detailed criteria for the qualifications of engineers, and American Society of Civil Engineers (ASCE) standards are provided to ensure the execution of necessary assessments and certifications. The document's structure ensures a systematic approach for evaluating and certifying seismic safety in government buildings, ultimately aimed at protecting life-safety standards in varying seismic regions.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It emphasizes the restrictions imposed on federal contracts concerning covered telecommunications equipment and services, prohibiting executive agencies from engaging with entities that utilize such equipment as a critical component in their systems. The document details the definition of terms relevant to telecommunications, outlines the specifics of the prohibitions, and necessitates that Offerors represent whether they provide or utilize covered equipment or services through a structured form. Offerors are required to disclose pertinent information if they answer affirmatively to these representations, including details about the equipment and services in question. The document serves to ensure compliance and mitigate risks associated with potential threats to national security arising from the use of such technologies, thereby reinforcing the government’s commitment to safeguarding sensitive information and infrastructure in federal procurements.
    The GLS Approved Commission Agreement outlines the terms between the Lessor and Broker for the lease proposal under Request for Lease Proposal (RLP) No. 0PR2126 regarding office space for the United States General Services Administration (GSA). It specifies a broker commission of 5% of the Aggregate Lease Value for the initial non-cancelable lease term, with payments occurring upon lease execution and tenant occupancy. The Aggregate Lease Value includes the total rental, operating costs, and certain financial adjustments, excluding any rental abatement or additional service costs. The agreement mandates confidentiality regarding commission details and includes indemnification clauses for both parties against claims from other brokers. Additionally, it highlights that modifications to the agreement must be documented in writing. The document emphasizes the importance of clear communication and liability limitations, ensuring that damages incurred due to breaches remain foreseeable and reasonably addressed. This agreement serves as a formal, binding document reflecting the broker's representation of the GSA in leasing negotiations, encapsulating the essential terms related to commission and responsibilities of the involved parties.
    The document is the United States Department of Justice Drug Enforcement Administration (DEA) Design Guide, outlining the specifications for planning, designing, and constructing DEA facilities. The guide emphasizes compliance with updated technical and security requirements, particularly for site selection, physical security, and architectural standards specific to the DEA’s operational needs. It includes detailed requirements for various functional spaces, including offices, warehouses, and secure facilities, ensuring 24/7 access, secure user transport, and appropriate environmental conditions for evidence storage. Key elements include parking requirements, guidelines for physical security in multi-tenant buildings, and standards for architectural specifications such as partitions and doors. The document serves as a reference for potential lessors responding to Requests for Lease Proposals (RLPs) and outlines DEA’s collaborative approach with other governmental entities to enhance public safety. In summary, this guide serves as a crucial document for ensuring the DEA’s operational effectiveness while maintaining high-security standards and facility functionality.
    The document outlines the Statement of Work for the installation of a Structured Cabling System for the Drug Enforcement Administration (DEA) domestic field offices. It specifies the intent and requirements for procuring, installing, and implementing a comprehensive IT and communications infrastructure, primarily using CAT6A cabling. The project encompasses installation requirements, design standards, telecommunications contractor qualifications, and testing protocols. Key aspects include adherence to various codes and standards such as BICSI and ANSI/TIA, submission requirements for contractors, a phased installation approach, and comprehensive testing and inspection processes. Additionally, it details specifications for telecommunications work area outlets, horizontal cabling, wiring pathways, and power requirements for telecommunications equipment. The document emphasizes the importance of compliance with federal standards, quality assurance, and structured methodologies to ensure a robust telecommunications system for DEA operations. By outlining rigorous specifications and design intents, it underscores the government’s approach to modernizing its telecommunications infrastructure in a secure and systematic manner, aligning with RFPs and grant protocols.
    This document outlines the Security Requirements (Level II) for a federal government facility lease, emphasizing stringent safety protocols and facility protection measures. It defines critical areas, establishes a Design-Basis Threat (DBT) framework for assessing security, and details the obligations of the lessor concerning access control, screening, and securing utility areas. The requirements dictate controlled access for employees and visitors, the implementation of video surveillance and intrusion detection systems, and adherence to landscaping and building structure specifications to minimize security risks. Additionally, the lessor must collaborate with the facility's Security Committee and maintain cybersecurity protocols to protect against digital threats. The document emphasizes ongoing maintenance and testing of security systems, ensuring readiness for emergencies. Overall, these requirements illustrate the government’s commitment to safeguarding its facilities and occupants while maintaining compliance with federal security standards and guidelines.
    The DEA Statement of Work outlines the requirements for procuring, installing, and implementing an integrated security management system for a designated site. The DEA Office of Security Programs will assess vendor proposals for technical suitability and cost-effectiveness, favoring complete systems that include access control, video surveillance, and intrusion detection solutions. Key regulations include compliance with the National Defense Authorization Act and local building codes. Contractors are tasked with site evaluation and must coordinate project activities effectively, ensuring all trades are aware of relevant security concerns. A critical aspect of this initiative is training DEA personnel in using the installed systems, ensuring they are functional prior to site occupation. The outlined specifications encompass detailed equipment requirements, maintenance, warranties, and stipulations for the removal of old equipment. Emphasis is placed on certifications and training for technicians involved in the installation, as well as stringent compliance with national and local standards. Ultimately, this document serves as a comprehensive guideline to ensure that the DEA has a robust and effective security system in place, aligning with federal standards and enhancing operational security.
    The document outlines the Acquisition of Leasehold Interests in Real Property per the General Services Administration (GSA). It details instructions for offerors, defining terms such as discussions, proposal modifications, and revisions. Offerors must acknowledge any amendments and submit proposals within strict deadlines, including guidelines for late submissions. It emphasizes the need for compliance with Equal Opportunity Employment standards for contracts exceeding $10 million and outlines the execution specifics based on the entity type, whether individual, partnership, or corporation. Protests against lease decisions must be formally served to the Contracting Officer. Facsimile submissions are permitted, subject to clarity requirements. The document also addresses floodplain considerations, mandating that leases not be within a 100-year floodplain unless no alternatives exist. Registration in the System for Award Management (SAM) is crucial for offerors, mandating that all necessary information is current and complete. Overall, the document serves as a comprehensive guide to the procedural and regulatory requirements for entities seeking leases within federal jurisdiction, aiming to ensure transparency, compliance, and equitable procurement practices.
    This document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property as utilized by the General Services Administration (GSA). It includes numerous clauses organized under categories such as definitions, subletting and assignment, payment procedures, compliance with applicable law, and cybersecurity requirements. Each clause stipulates the obligations of the Lessor and the Government, including performance expectations, maintenance responsibilities, and conditions for alterations or adjustments. Notably, the clauses address critical areas like subordination of lease agreements, fire and casualty damage guidelines, and the Government's rights regarding inspection and progressive occupancy of leased spaces. Specific provisions for prompt payment, equal opportunity, labor standards, and protecting the Government’s interests during subcontracting are emphasized. Additionally, the document mandates adherence to legal requirements and outlines processes for handling disputes and auditing obligations. Overall, this structured framework is crucial for ensuring compliance, accountability, and smooth operational execution in government leases. The purpose of these clauses is to guarantee clarity in roles and responsibilities while safeguarding government interests throughout the lease period.
    The document seems to be a placeholder and does not contain specific content regarding federal or state/local RFPs or grants. It appears to instruct users on the necessity of upgrading their PDF viewer to access the file. Therefore, no substantive information or themes regarding government solicitations, funding opportunities, or compliance is provided. Due to the absence of relevant details, it is not possible to extract key points or summarize any objectives, initiatives, or projects tied to federal grants or RFPs within this text. Users are advised to update their software for further assistance in accessing necessary documents related to government procurement and grant applications.
    The Lessor's Annual Cost Statement is a government form used by the General Services Administration (GSA) to assess annual costs of services, utilities, and ownership for leased properties. This document is structured into two main sections: the Estimated Annual Cost of Services and Utilities and the Estimated Annual Cost of Ownership Exclusive of Capital Charges. It requires lessors to provide detailed cost estimates across various categories, including cleaning services, heating, electrical, plumbing, and maintenance. Key requirements include the computation of rentable areas, submission of operational and salary costs, and documentation of miscellaneous expenses like real estate taxes and insurance. The form emphasizes transparency and accuracy in cost estimation, guided by the principle that rental charges should be aligned with community standards. Lessor certification is also mandated to verify the accuracy of the reported figures. Overall, the document serves a critical function in the government lease proposal process, ensuring costs are documented systematically to facilitate fair market evaluations and consistent practices in property leasing. It underscores the government's objective of maintaining accountability in property management expenditures.
    The GSA Northeast and Caribbean Region issued Amendment No. 1 to Request for Lease Proposals (RLP) No. 0PR2126, changing the submission deadline for offers to 4:00 p.m. EDT on October 24, 2024. This amendment is a formal notice altering the previous timeline, allowing potential offerors additional time to prepare and submit their proposals for the lease. The document includes a standard acknowledgment section for offerors to confirm receipt of the amendment, requiring their signature, printed name, and date. This update reflects the government's commitment to ensuring ample opportunity for suitable proposals in response to the RLP, which is part of the federal leasing process essential for acquiring space needs efficiently.
    The document is an amendment to Request for Lease Proposals (RLP) No. 0PR2126 issued by the GSA Northeast and Caribbean Region. The key purpose of this amendment is to extend the deadline for submitting offers, now due by 4:00 p.m. ET on December 20, 2024. This change is significant for potential offerors who are preparing their proposals in response to the RFP, allowing them additional time to finalize their submissions. The document includes an acknowledgment section where offerors must sign to confirm receipt of the amendment. This amendment reflects common procedural updates in government procurement processes, ensuring transparency and facilitating participation by interested bidders in lease proposals.
    The document is an amendment from the GSA Northeast and Caribbean Region regarding Request for Lease Proposals (RLP) No. 0PR2126. The primary purpose of this amendment is to extend the deadline for submission of offers from the original date to 4:00 p.m. ET on Friday, February 28, 2025. This extension allows prospective offerors additional time to prepare and finalize their proposals in response to the leasing opportunity outlined in the RLP. The amendment requires acknowledgment from offerors, including their signature and printed name, indicating their awareness of the changes made. This document falls within the framework of federal procurement processes, illustrating the adjustments typically made to RFP timelines to ensure participant accessibility and competitiveness in government contract opportunities.
    Similar Opportunities
    The Federal Government is Seeking Information Regarding Office Space in San Juan, PR
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Juan, Puerto Rico, with specific requirements for a minimum of 3,918 square feet and a maximum of 4,115 square feet. The lease term is proposed for 120 months, including an initial firm term of 60 months and an option for an additional 120 months, with essential features such as an interview room, 24/7 server room access, a loading dock, and a freight elevator. This procurement is critical as the current lease is expiring, and the GSA is evaluating economically advantageous alternatives while ensuring compliance with government standards for safety and accessibility. Interested parties must submit expressions of interest by January 10, 2025, with market surveys planned for February 10, 2025, and estimated occupancy targeted for October 1, 2026. For further inquiries, contact Jarvis McGrath at jarvis.mcgrath@gsa.gov or call 929-504-3703.
    General Services Administration Lease: Office Space Albuquerque, New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Albuquerque, New Mexico, specifically requiring a total of 7,020 ABOA square feet. The space must accommodate various functions, including office use, warehouse storage, and facilities for a helicopter and airplane base of operations, all within a secured airport perimeter. This procurement is critical as it will replace the current leased space that is set to expire, and the GSA is open to considering alternative locations if they are economically advantageous. Interested parties should submit their expressions of interest by November 14, 2024, to Mary Haralson at mary.haralson@gsa.gov or by phone at 817-978-0834, with an estimated occupancy date of February 28, 2026.
    General Services Administration (GSA) Seeks to Lease Space in Saipan, MP
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Saipan, Northern Mariana Islands, for a term of 15 years, with a firm commitment of 10 years. The required space must be a minimum of 3,977 square feet, located within a delineated area defined by specific geographic markers, and must include two reserved off-street parking spaces that meet accessibility standards. This procurement is essential for ensuring that federal services can be effectively delivered in the region, adhering to government requirements for safety, accessibility, and sustainability. Interested parties should submit their expressions of interest to Michael Cervantes at michael.cervantes@gsa.gov by February 23, 2025, with an estimated occupancy date of May 1, 2027.
    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 space in Orlando, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, as part of its procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with a lease term of 15 years and options for two five-year renewals. This opportunity is crucial for accommodating government operations and ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by February 24, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    Government Space Need Rio Rico, AZ 3AZ0263
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Rio Rico, Arizona, to accommodate federal agency needs. The procurement requires a total of 23,393 square feet of office space, including 80 parking spaces (28 surface and 52 structured), with a lease term of 20 years and a firm term of 15 years. The offered space must meet government standards for fire safety, accessibility, sustainability, and seismic requirements, and it must not be located within floodplain zones. Interested parties should submit expressions of interest by February 28, 2025, with a market survey scheduled for March 3, 2025, and estimated occupancy set for June 23, 2029. For inquiries, contact Brennen O'Donnell at brennen.odonnell@gsa.gov.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, with a requirement for between 28,700 and 29,925 ABOA square feet in a modern and secure building. The lease term is set for 15 years, with options for renewal, and proposals must adhere to strict safety, environmental, and historical considerations, including energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while ensuring compliance with federal regulations. Interested parties must submit their proposals by March 17, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, California. The procurement requires between 16,219 and 19,279 ANSI/BOMA square feet of contiguous space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with modern building standards and seismic safety regulations. This opportunity is critical for ensuring functional and secure facilities for judicial operations, reflecting the government's commitment to maintaining effective court infrastructure. Proposals are due by February 16, 2024, and interested parties should contact Lease Contracting Officer William J. Fletcher at William.Fletcher@gsa.gov or (602) 282-1642 for further details.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3SC0173
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 4,668 ABOA square feet of office space in Myrtle Beach, South Carolina, under Solicitation No. 3SC0173. The leased space will accommodate a federal law enforcement office and must meet modern construction standards, security features, and various safety and environmental regulations. This procurement is crucial for ensuring that federal operations are conducted in a secure and compliant environment. Proposals are due by February 28, 2025, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    GSA Seeks to Lease the Following Space: 3NC0372
    Buyer not available
    The General Services Administration (GSA) is seeking to lease an office space of 4,100 square feet in Greensboro, North Carolina, under solicitation number 3NC0372. The space must be located on a single floor, comply with government standards for fire safety, accessibility, and sustainability, and include parking for 11 vehicles while being situated outside designated floodplain areas. Interested parties are required to submit expressions of interest that include building information, rental rates, current floor plans, and compliance details by March 5, 2025, with an estimated occupancy date of June 1, 2026. For further inquiries, potential lessors can contact Morgan D. Walker at morgan.walker@gsa.gov or call 412-779-2244.