General Services Administration (GSA) seeks to lease office space in Los Angeles, CA
ID: 2CA1644Type: Presolicitation
Overview

Buyer

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

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office space in Los Angeles, CA, with a requirement for a minimum of 57,558 and a maximum of 60,435 ANSI/BOMA square feet of contiguous space. The leased facility must meet specific criteria, including structural integrity, fire safety, accessibility, and security standards, while being free of asbestos and located outside of floodplain areas. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, with offers due by December 6, 2024, and an estimated occupancy date in Fall 2026. Interested parties can contact Tim Pavek at Timothy.Pavek@gsa.gov or Susan Baghdikian at susan.baghdikian@gsa.gov for further information.

    Point(s) of Contact
    Dan McGrath, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
    (619) 840-7842
    Daniel.J.Mcgrath@gsa.gov
    Files
    Title
    Posted
    The document outlines a lease agreement between the Lessor and the United States Government, represented by the General Services Administration (GSA). It details terms of the lease for a property designated for government use, including rental rates, lease term, and provisions for modifications. The lease spans a firm term of 15 years, with the option to renew twice for additional terms of 5 years each. Key components include detailed specifications on occupancy, operational costs, parking rights, and the management of tenant improvements, accounting for costs already pre-approved under the Paperwork Reduction Act. Additionally, the document includes clauses on termination rights, adjustments related to vacancy, and obligations of both parties for maintenance and alterations. The well-structured nature of the document, with clearly defined sections, supports comprehensive administration and compliance with federal standards in real estate management. This lease reflects the government's ongoing commitment to securing adequate office space to fulfill its operational requirements while adhering to fiscal responsibility.
    The document outlines the space requirements for an agency office, detailing specifications for various office areas, support spaces, and special requirements in a government building. The proposed facility spans a maximum of four floors, with ceiling heights ranging from 8'-6" to 10'-0". Key features include office layouts sized for current staff and projected growth over 15 years, primarily utilizing carpet tiles and walls painted with vinyl base. Partition types are specified, with Type A being standard drywall and Type B providing enhanced acoustical privacy. The document outlines the number and type of electrical outlets and data drops needed for different office configurations and special work areas, such as computer rooms and forensics workrooms. Additionally, it delineates room descriptions, square footage requirements, and specific amenities for various roles within the department. The total usable space required is calculated at 57,558 square feet, factoring in a 20% circulation allowance. This summary is integral for responding to government RFPs concerning space planning and design, ensuring compliance with agency needs and standards for federal infrastructures.
    The provided document outlines the Security Requirements Level II for federal leasing, emphasizing the protection of government-controlled facilities. It details obligations for lessors regarding access control, security system design and maintenance, and site management. Key areas include ensuring secure entrances and restricted access to critical areas, as well as implementing identity verification and key control protocols. Additional requirements cover the installation of surveillance and intrusion detection systems, landscaping that enhances security visibility, and safeguarding sensitive building information. In terms of cybersecurity, specific measures to prevent unauthorized access to building and access control systems are mandated, including adherence to industry standards and guidelines. Emergency plans must be readily available, and a formal construction security plan is required during any construction activities to protect government assets. Overall, this document serves as a comprehensive guide for lessors to ensure the safety and security of government facilities in compliance with applicable regulations and standards, while establishing clear accountability and protocols for maintaining security integrity throughout the lease period.
    The document outlines the General Clauses applicable to federal government leases, specifically detailing the rights, responsibilities, and conditions between the lessor and the government as governed by the GSA Template. Key topics include definitions, provisions for subletting and assignment, maintenance, payment structures, compliance with applicable laws, and dispute resolution. Specific clauses address issues like fire and casualty damage, alterations to the leased property, and the government's right to inspect premises for compliance. It emphasizes the mutual obligations of both parties, including payment timelines and requirements for proper documentation. Moreover, it includes work standards, guidelines for small business utilization, and cybersecurity requirements. Overall, this document serves as a comprehensive guide to managing federal leases, ensuring legal compliance, and outlining the government’s contractual expectations as part of its procurement process.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation of an office building provided by the General Services Administration (GSA). It features a two-part format: Part A is completed by the Offeror or a representative for spaces located below the 6th floor, while Part B must be completed by a licensed professional engineer for spaces above this threshold. The evaluation assesses compliance with local building and fire codes, focusing on fundamental safety criteria such as egress, fire suppression systems, fire alarm functionalities, and emergency lighting. Part A includes general building information and specific queries related to automatic fire sprinkler systems, fire alarm systems, emergency exits, and elevator safety features. In contrast, Part B requires a comprehensive narrative report detailing fire safety conditions, occupancy classifications, construction types, vertical openings, means of egress, and the operational status of fire protection systems. Additionally, the engineer must document any deficiencies and recommend corrective actions. This evaluation is integral to ensuring the safety of government-occupied spaces, highlighting the federal government's commitment to maintaining high safety standards in leased buildings.
    The provided document outlines the procedural requirements for Offerors submitting bids for federally-leased buildings in seismic-prone areas, specifically adhering to the Standards of Seismic Safety for Existing Federally Owned and Leased Buildings (RP 8). It details six pre-award and post-award seismic compliance forms, which must be completed by either the Offeror or an appointed professional engineer. Form A certifies compliance for benchmark buildings; Form B relates to existing buildings; Form C pertains to commitments for retrofitting or new construction; Form D may be utilized for claiming exemptions from seismic standards; Forms E and F cover certificates for retrofitted and newly constructed buildings, respectively. Each form requires specific documentation to support the compliance claims, and engineers must be licensed and qualified in structural design. The document emphasizes the critical importance of meeting seismic safety standards to ensure occupant safety and overall structural integrity, reflecting the federal government’s commitment to maintaining safe environments in public buildings. It serves as an essential guide for Offerors in the bidding process, ensuring compliance and proper engineering practices in seismic evaluations and designs.
    The document presents a representation form regarding telecommunications and video surveillance services, as outlined in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It stipulates the Offeror's obligations to disclose if they provide or utilize covered telecommunications equipment or services that could present risks to national security. Specifically, Section 889(a)(1)(A) and (B) prohibit federal agencies from procuring or renewing contracts with entities using such equipment. The form requires Offerors to perform a reasonable inquiry and disclose relevant information if they answer affirmatively about providing or using covered equipment or services. Detailed documentation is required, including descriptions of the involved equipment, services, and explanations of permissible use under the established prohibitions. The structure emphasizes compliance procedures, definitions, and disclosure requirements critical for federal contracts, ensuring accountability and security in telecommunications. Overall, the form serves to fortify federal procurement processes against risks associated with telecommunications and surveillance technologies.
    The document is a Model Leasing Individual Subcontracting Plan intended for federal leases, outlining requirements for contractors to maximize opportunities for small businesses in subcontracting. It includes guidelines for developing a subcontracting plan, including specific goals for small business participation during the lease term, reporting requirements, and compliance with the Federal Acquisition Regulation (FAR) provisions. Contractors must submit detailed goals for small businesses within various socio-economic categories, including veteran-owned and women-owned businesses, to ensure equitable participation. Key instructions emphasize the importance of market research to identify potential small business sources and the obligation to report subcontracting performance semi-annually. Additionally, a method for monitoring compliance, support for small businesses, and actions to be taken for underperformance are described. The document mandates that all subcontracting plans must be approved by the Lease Contracting Officer and become material parts of the contract. The plan aims to facilitate a transparent and fair process for small business engagement in federal contracting, which is essential for compliance with government policy and promoting economic diversity.
    The document outlines the Lease Security Standards for federal government buildings, specifying security measures and associated unit pricing for various facility areas. It categorizes requirements into sections: Facility Entrances, Interior Government Space, Sites and Exterior, Security Systems, Structure, Operations, Administration, and Cybersecurity, with each section detailing specific components such as access control, identity verification, and surveillance systems. It emphasizes that unit prices for items will be quoted based on final design documents and that items labeled as "SHELL" are not to be priced within this list but instead should be included in a separate form. The total costs are expected to be derived from these calculations once finalized. This document aids in compliance with security protocols and assists government leasing specialists in managing and articulating financial aspects of security improvements in leased properties, ensuring a transparent process aligned with federal regulations. Through these measures, the government aims to bolster the security and functionality of its facilities while coordinating improvements with stakeholders.
    The document outlines the submission requirements for offers made through the Real Estate Leasing Program (RLP) to federal entities. It provides a checklist of documents needed for prospective offerors when submitting proposals, identifying documents as required or optional. Key elements include agreements regarding commissions, environmental assessments (e.g., Asbestos Management Plans, Hazardous Conditions disclosures), and evidence of compliance with local zoning laws. Essential documentation also covers ownership proof, safety evaluations, architectural plans, and commitments to energy efficiency standards. A distinction is made for items required under turnkey pricing, with various forms specified for costing and construction planning. Additionally, the checklist emphasizes that the RLP serves as the authoritative source should any discrepancies arise. This structured approach to offer submissions reflects the federal government's focus on thorough evaluation and compliance with safety, environmental, and legal standards in property leasing processes. The document underscores the necessity for meticulous documentation to ensure eligible offers align with federal regulations and expectations.
    The GSA Request for Lease Proposals (RLP) No. 2CA1644 outlines the terms for leasing space in Los Angeles, CA, with offers due by December 6, 2024. The RLP specifies the Government's requirements for a lease of at least 57,558 to 60,435 ANSI/BOMA square feet of contiguous space, with strict conditions regarding the building's structural integrity, security, and accessibility. The selected offeror will enter a 15-year lease, potentially renewable for two additional five-year terms. Proposals must detail pricing, including rent and tenant improvement costs. The evaluation will prioritize efficiency and compliance with applicable federal regulations, including environmental and energy standards, while also considering historic preservation. The document necessitates that no asbestos-containing materials are present and includes conditions for properties located in or near floodplains. Additionally, the process for submitting proposals is exclusively online via the GSA's Requirement Specific Acquisition Platform (RSAP), ensuring confidentiality until the leasing decision is finalized. This RLP exemplifies the GSA’s commitment to transparency, sustainability, and strategic facility management in leasing federal space.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property by the government. It covers definitions crucial for proposal submission and evaluation, including terms related to proposal modifications, discussions, and proposal submissions. Offerors are instructed on acknowledging any amendments and the submission process, highlighting regulations regarding late proposals and acceptable evidence for proving timely submission. The government reserves the right to reject any proposal and may engage in discussions with offerors deemed within the competitive range. It mandates specific compliance evaluations for contracts above $10 million and provides instructions on lease execution based on the lessor's type. The summary includes guidelines on unique entity identification for offers and prohibitions regarding the provision of covered articles per the Federal Acquisition Supply Chain Security Act. Overall, the document is aimed at ensuring a clear legal framework and procedural adherence for effective procurement related to lease agreements. This is critical for maintaining compliance with federal regulations in the context of government contracting.
    The document outlines Project #2CA1644 in Los Angeles, California, providing a delineated area map focused on specific boundaries for a government initiative dated July 16, 2024. The boundaries are described in four directional segments: - **North**: From CA-110 (Harbor Freeway) to US-101 (Hollywood Freeway) along N. Alameda Street. - **East**: Extending south from N. Alameda to 1st Street, continuing to S. Santa Fe Ave and then to E. 4th Street. - **South**: Moving from E. 4th Street to Main Street and onto 5th Street. - **West**: Conclusively returning from 5th Street back to the CA-110. The main purpose of this delineated area map is to clearly define project boundaries related to federal or local funding opportunities, which may pertain to infrastructure development, urban planning, or environmental initiatives. Understanding these boundaries is critical for compliance with grant requirements and for potential bidders on related RFPs. This document serves as an essential reference point for stakeholders involved in the planning and execution of the project.
    The document outlines the requirements for a Broker Commission Agreement as part of the RLP process, specifically under RLP Section 1.13. It requests that potential offerors provide specific information to GSA's broker, Timothy J. Pavek, for the preparation of the commission agreement. The required details include the legal name of the building owner, contact information for the authorized signatory and individuals receiving the agreement, and the building's address. Once this information is submitted, the commission agreement and an agency disclosure form will be sent for signature, to be included with the initial offer. If a third-party representative submits an offer without the building being toured, written authorization from the property owner is also needed. The completed commission agreement must be emailed back to GSA within 10 days before the initial offer due date, ensuring compliance with the bidding process. This communication underscores the formalized procedures needed for real estate transactions associated with federal government projects, emphasizing proper authorization and documentation in RFP submissions.
    Similar Opportunities
    SEEKING LEASE FOR 540 RSF IN LOS ANGELES WHOLESALE DISTRICT
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking a lease for 540 rentable square feet (RSF) of office and related space in the Los Angeles Wholesale District, California. The space must meet specific government requirements, including fire safety, accessibility, seismic, and sustainability standards, and must not be located in a 100-year flood plain. This procurement is crucial as the U.S. Government's current lease is expiring, and they are exploring economically advantageous alternatives, considering costs associated with relocation and tenant improvements. Interested parties should contact Katria Olbes at katria.olbes@gsa.gov for further details, as this presolicitation is part of a fully serviced lease requirement with an extension option term of 10 years.
    Extension of Lease-Los Angeles CA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to extend the lease for office and related space in Los Angeles, California, as the current lease is set to expire. The GSA is considering alternative spaces that meet specific requirements, including fire safety, accessibility, seismic, and sustainability standards, while also evaluating the costs associated with relocating. This procurement is crucial for maintaining government operations in the area, ensuring that the selected space can accommodate the necessary services without interruption. Interested parties should contact Katria Olbes at katria.olbes@gsa.gov for further details regarding this presolicitation opportunity.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    The U.S. General Services Administration seeks to lease the following space in Washington, DC:
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking proposals to lease office space ranging from 74,075 to 78,648 ABOA square feet in Washington, DC, with a firm lease term of 15 years. The leased space must comply with ISC Level III security requirements, include specific building features such as a minimum ceiling height of 8’6”, and be located within a walkable distance to a Metrorail station. This opportunity is crucial for accommodating government operations while adhering to stringent safety, environmental, and accessibility standards. Interested offerors must submit their proposals by November 7, 2024, with occupancy anticipated around September 2026. For further inquiries, contact Bryant Porter at bryant.porter@gsa.gov or Emmett Miller at emmett.miller@gsa.gov.
    U.S. GOVERNMENT Solicitation # 4DC0681 - General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., specifically within the Central Employment Area (CEA). The requirements include a minimum of 21,361 and a maximum of 22,429 ABOA square feet of contiguous office space located on the 2nd floor or above, with accessibility to a Metrorail station within 2,640 walkable linear feet and compliance with ISC Level II security requirements. This procurement is crucial as the U.S. Government currently occupies space at 1301 K Street, NW, which will expire on October 31, 2026, and the GSA is evaluating alternatives to determine the most economically advantageous option. Interested parties must submit their expressions of interest by November 4, 2024, to Kevin Terry and Todd Valentine at the GSA, with the anticipated occupancy date set for November 1, 2026.
    The Government is seeking 6,886 ABOA SF of office and related space in Chicago/Lawndale, IL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Chicago, Illinois, specifically a minimum of 6,886 to a maximum of 7,230 ABOA square feet. The lease term is set for 15 years, with a firm commitment of 10 years, and the selected location must adhere to strict standards for fire safety, accessibility, seismic stability, and sustainability, while also being outside of floodplain areas. This procurement is crucial for providing government office space that meets operational needs, and interested lessors must submit their proposals electronically by November 7, 2024, via the Requirement Specific Acquisition Platform (RSAP). For further inquiries, potential bidders can contact Christy Sebring at Christy.j.Sebring@gsa.gov or by phone at 720-313-6958.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0329
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of 14,588 ANSI/BOMA square feet of office and related space in Memphis, Tennessee, under Solicitation No. 3TN0329. The lease will be for a term of 20 years, with a firm period of 15 years, and the selected property must meet specific requirements, including modern structural integrity, security measures, and compliance with environmental standards such as achieving ENERGY STAR® labeling. This procurement is crucial for providing secure and efficient office space for government operations, emphasizing the importance of safety, accessibility, and sustainability in federal leasing practices. Interested offerors must submit their proposals by November 21, 2024, and can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease the following space: 3TX1200
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a 148,856 square foot space in Laredo, Texas, designated for warehouse and office use. The procurement requires a modern quality building that meets government standards for safety, accessibility, seismic, and sustainability, and must not be located within a floodplain. This opportunity is critical as the government currently occupies a leased space that is set to expire, and it will evaluate alternative spaces based on economic advantages and relocation costs. Interested parties must submit their expressions of interest by October 28, 2024, with an anticipated occupancy date of November 1, 2026. For inquiries, contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or 202-652-4189.
    General Services Administration Lease: Office Space Lake Charles, LA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for a lease of 4,150 square feet of office space in Lake Charles, Louisiana, with a full lease term of 10 years and a firm term of 8 years. The preferred location for the office space is above the second floor, and it must comply with various regulations, including fire safety, accessibility, seismic standards, and sustainability, while also being outside of a floodplain with a 1% annual chance of flooding. This procurement is crucial for providing government office space that meets federal standards and operational needs. Offers are due by November 27, 2024, with an estimated occupancy date of March 1, 2026. Interested parties should submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Zachary Crawford at 817-850-8449 or via email at zachary.crawford@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Nashville, Tennessee, under Solicitation Number RLP 4TN0320. The required space must be between 2,349 and 2,701 square feet, located on the second floor or higher, and must meet specific government standards for fire safety, accessibility, seismic compliance, and sustainability. This procurement is crucial for accommodating government operations in a modern facility that is accessible to public transportation and parking. Interested parties must submit their offers electronically by November 8, 2024, and can direct inquiries to Melissa Hein at melissa.hein@gsa.gov or Tyrekca Scott at tyrekca.scott@gsa.gov for further assistance.