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
  1. 1
    Posted Mar 19, 2024, 11:36 PM UTC
  2. 2
    Updated Sep 10, 2024, 12:00 AM UTC
  3. 3
    Due Sep 14, 2024, 12:00 AM UTC
Description

The General Services Administration (GSA) is seeking proposals for leasing office space for the Federal Public Defender in Los Angeles, California, under Request for Lease Proposal No. 2CA1644. The procurement aims to secure between 57,558 to 60,435 ANSI/BOMA square feet of modern, secure office space, with specific requirements including a minimum ceiling height of 8'-6" to 10'-0", structural security measures, and compliance with energy efficiency standards. This office space is crucial for the effective functioning of the Federal Public Defender's operations, ensuring accessibility and operational efficiency. Proposals are due by December 6, 2024, and interested parties should contact Maria Dent at maria.dent@gsa.gov or Tim Pavek at Timothy.Pavek@gsa.gov for further details.

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
Mar 15, 2025, 12:04 AM UTC
This document outlines a lease agreement between a Lessor and the United States Government, administrated through the General Services Administration (GSA). It details the contractual terms for leasing property, including the nature of the premises, rentable space, rental rates, and conditions for alterations, termination, and renewal. Key aspects include a 15-year lease term with an option for two additional five-year extensions, and a breakdown of annual rent, including shell rent, operating costs, tenant improvements, and capital costs. The document stipulates provisions for free rent for a specified initial period and details the Government's rights to request alterations and improvements. The agreement incorporates detailed provisions for operating costs adjustments, tax adjustments, and guidelines for adjustments if the Government vacates the premises. It articulates obligations concerning maintenance, security, and compliance with various regulations, including the management of hazardous materials. This lease serves as a framework for ensuring that the Government obtains necessary office space while adhering to federal regulations and standards, thus reflecting the structured processes involved in federal property leasing and management through RFPs and grants.
The document outlines detailed requirements for space planning and construction specifications for a government office environment. Key stipulations include maintaining ceiling heights between 8'-6" and 10'-0", using 2x2 suspended acoustic ceilings with LED lighting, and employing specific wall and flooring materials throughout the facility. It specifies different partition types, illustrating varying sound insulation levels and stipulating door specifications. Space allocations include various office types and sizes to accommodate both current staff and projected growth over the next 15 years, totaling approximately 28,225 square feet for staff offices and 19,740 square feet for support spaces. Configuration provisions include power and data setup for meeting rooms, work areas, and reception spaces, ensuring adequate connectivity for office functionality. The document serves as a formal request for proposals (RFP) and grant allocations, illustrating the federal government's commitment to structured office environments supportive of employee productivity and collaboration. This project reflects a strategic approach to space utilization and planning within government facilities, adhering to stringent specifications for construction and design aimed at optimizing operational efficiency while ensuring compliance with building codes.
Mar 15, 2025, 12:04 AM UTC
The document outlines Security Requirements Level II for federal leasing, detailing comprehensive security protocols applicable to facilities managed by lessors. It emphasizes the need for various security measures, categorized into sections covering building access, critical area security, visitor control, and site exterior considerations. Key requirements include access control systems, video surveillance, and intrusion detection, along with maintaining a formal key control program and safeguarding critical areas against unauthorized access. Furthermore, the lessor is mandated to collaborate with the Facility Security Committee to address security issues throughout the lease term and develop a construction security plan for ongoing projects. Cybersecurity measures are also prioritized, prohibiting the connection of building systems to federal networks while recommending best practices for safeguarding systems against cyber threats. Overall, this document serves as a guideline for establishing and maintaining a secure environment in government facilities, ensuring the protection of occupants and assets against various threats.
Mar 15, 2025, 12:04 AM UTC
The document outlines the General Clauses related to the acquisition of leasehold interests in real property for federal government leasing. It presents a comprehensive list of clauses categorized under general provisions, performance obligations, payment terms, standards of conduct, adjustments, audits, disputes, labor standards, small business requirements, cybersecurity, and other regulatory requirements. Each clause specifies key responsibilities and rights of both lessor and government, including definitions, maintenance duties, subletting rights, inspection terms, payment instructions, and compliance with laws. Importantly, clauses address issues such as fire safety, payment mechanisms, equal opportunity mandates, and the requirements for handling covered contractor information systems. The document serves as a framework ensuring proper governance and contractual obligations during federal leasing processes, demonstrating the emphasis on regulatory compliance, performance quality, and accountability in public procurement activities.
The document outlines the procedures and requirements for conducting a Fire Protection and Life Safety Evaluation for office buildings as part of federal lease agreements. It is divided into two parts: Part A, for spaces below the 6th floor, to be completed by the offeror or their representative, and Part B, for spaces on or above the 6th floor, to be completed by a licensed professional engineer. Key evaluations include compliance with the latest building and fire codes, assessments of fire alarm and sprinkler systems, means of egress, and emergency systems. Part A includes general building information, fire protection systems, exit signs, emergency lighting, and elevators, requiring yes/no responses for various fire safety features. Part B requires a detailed narrative report addressing safety conditions, occupancy classifications, building construction, vertical openings, means of egress, and fire alarm systems, including any code deficiencies and corrective actions. The evaluations ensure that buildings meet safety standards before government occupancy and allow for necessary improvements if deficiencies are found. This document emphasizes the importance of fire safety and life safety systems in government buildings, aligning with standards to protect human life and property.
The document outlines the submission requirements for seismic compliance related to government lease proposals, focusing on pre-award and post-award certifications for building safety standards. It details a series of forms (A through F) that offerors must complete, with specific instructions on who should certify compliance (engineers) and the necessary supporting documentation for each form. Form A certifies benchmark buildings against established safety standards, while Form B assesses existing buildings. Forms C and D detail commitments for retrofitting existing buildings or constructing new ones, including exemption claims based on building size and seismic risk. Post-award Forms E and F require certification from engineers regarding the compliance of retrofitted or newly constructed buildings with safety standards. Key definitions clarify terms such as 'engineer' and the standards referenced (ASCE/SEI). The purpose of this document is to ensure that government-leased and owned buildings meet safety and performance levels regarding seismic risks, emphasizing the importance of professional oversight during evaluations and construction processes.
Mar 15, 2025, 12:04 AM UTC
The document outlines the “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,” which is a compliance requirement for Offerors participating in government contracts. It specifies that Offerors must declare whether they provide or use covered telecommunications equipment or services, as defined by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The prohibition applies to procuring equipment that significantly incorporates covered technology deemed a risk to national security. Offerors are instructed to review their affiliations and must provide details about any covered equipment or services offered, including manufacturer information and intended use. The document aims to protect government procurement processes from compromised technologies and ensure compliance with federal regulations. It serves as a crucial tool in the evaluation of proposals for federal contracts, reflecting the government’s commitment to safeguarding against security threats in telecommunications.
The Model Leasing Individual Subcontracting Plan serves as a template for federal agency leasing requirements, focusing on subcontracting goals for small businesses during lease contracts. It emphasizes the importance of establishing goals based on anticipated subcontracting activities and includes provisions for indirect costs. The plan must detail separate subcontracting goals for the firm term, non-firm term, and any options, ensuring maximum participation for various small business categories. Key components include comprehensive review guidelines for Lease Contracting Officers, responsibilities for submitting reports via the Electronic Subcontracting Reporting System (eSRS), and mandatory submission of Standard Form 294. It highlights the significance of market research in identifying potential small business sources, strategies for achieving goals, and maintaining compliance with federal regulations, particularly those outlined in the Federal Acquisition Regulation (FAR). Furthermore, the plan mandates that achieved goals must be reported, with consequences outlined for failure to meet said goals. As such, this document plays a crucial role in promoting equitable opportunities for small businesses within federal contracting frameworks, aligning with government objectives for economic inclusion and diversification in procurement practices.
The document outlines the security requirements and pricing structure for a federal lease, detailing various measures to ensure safety and access control within government facilities. It is organized into sections highlighting needs for facility entrances, interior government spaces, site exteriors, security systems, structural requirements, operations, and cybersecurity measures. Key components include employee access control, visitor access protocols, public restroom access, and intrusion detection systems, each designated with pricing to be determined after final design assessments. The Building Specific Amortized Capital (BSAC) is mentioned as a means to estimate costs related to security enhancements. The document emphasizes the systematic approach needed in quoting unit prices for each security aspect, reflecting compliance with established security standards. Notably, items marked as "SHELL" indicate preliminary costs included for alignment with security requirements rather than final pricing. Overall, this file serves as a comprehensive guide for government leasing specialists involved in preparing requests for proposals (RFPs), ensuring that security protocols are met in accordance with federal guidelines.
The document serves as a checklist for offers related to the Request for Lease Proposals (RLP) in the federal government context, specifically aimed at ensuring compliance with documentation requirements for property leasing. Key documents needed from offerors include the Executed Broker Commission Agreement, Test Fit Layout, various asbestos management plans, evidence of zoning compliance, and certifications related to energy efficiency and safety. While some items are marked as 'required', others may apply and offer flexibility depending on the specific nature of the proposal. The checklist underscores necessary documentation, aiming to streamline the submission process while ensuring adherence to legal and environmental standards. This tool is vital for evaluating offers and maintaining consistency and transparency in federal leasing processes, highlighting the significance of thorough documentation in governmental RFPs and grants.
Mar 15, 2025, 12:04 AM UTC
The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 2CA1644 seeks offers for leasing between 57,558 to 60,435 ANSI/BOMA square feet of modern, secure office space in Los Angeles, CA, with proposals due by December 6, 2024. The lease term is 15 years with options for two additional 5-year extensions. Key requirements include nine dedicated parking spaces, structural security measures, and compliance with energy efficiency standards under the Energy Independence and Security Act. Offerors must adhere to various stipulations regarding location, building age, and physical attributes, including seismic safety and accessibility standards. The evaluation will consider layout efficiency, environmental concerns, and historical preservation. The RLP emphasizes the importance of sustainability, mandating that buildings either have an ENERGY STAR® label or agree to improvements for energy efficiency, with all proposals submitted electronically via the Requirement Specific Acquisition Platform. The GSA will negotiate lease terms after selecting an offer conforming to the RLP requirements. This RLP is designed to ensure that the Government secures adequate office space that meets its operational and safety needs while promoting sustainability and smart growth principles in federal leasing practices.
The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, specifically under GSA Template 3516. It begins with definitions for key terms, such as "discussions," "proposal modification," and "proposal revision," which clarify the bid process. Submission guidelines for proposals, including requisite formats, acknowledgment of amendments, and late submission protocols are detailed. The document mandates that proposals may be modified at any point before the closing date and specifies conditions under which late proposals might be accepted. Moreover, it emphasizes the government's right to negotiate and request improved terms, signifying the importance of presenting competitive proposals. The criteria for lease awards highlight that contracts may be awarded based on the best value evaluation, allowing for rejection of offers deemed not in the government's interest. Other key sections address compliance requirements for contracts exceeding $10 million, execution procedures for lease agreements based on the entity type, and representation related to supply chain security, specifically regarding FASCSA orders. Overall, it establishes a structured framework for proposal submissions, evaluations, and awards while underscoring the regulatory compliance necessary for government lease acquisitions.
Sep 11, 2024, 5:27 AM UTC
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.
Jul 17, 2024, 5:49 PM UTC
The document provides a detailed delineated area map for Project #2CA1644 located in Downtown Los Angeles, CA, as of March 5, 2024. It outlines the boundaries of the project, with the northern limit at Hwy. 101, the eastern limit at E. 3rd Street, the southern limit running from E. 3rd Street to 7th Street, and the western boundary defined by Hwy. 110. The map features key landmarks and streets within the designated area including Chinatown, Grand Park, and the Arts District.
Mar 15, 2025, 12:04 AM UTC
This document is Amendment No. 1 to Request for Lease Proposal (RLP) No. 2CA1644 issued by the General Services Administration for the Federal Public Defender in Los Angeles, CA, dated November 25, 2024. The amendment specifically modifies the specifications regarding the physical space sought; it states that all proposed spaces must be located on a maximum of five floors and the ceiling heights are to range between 8'-6" and 10'-0". The document concludes with a directive for offerors to acknowledge receipt of the amendment by signing and returning it to designated GSA officials. This amendment reflects necessary updates to facilitate the procurement process in compliance with federal leasing standards, ensuring that any submitted proposals meet the newly specified requirements for space dimensions and structure. This type of amendment is common in government RFPs to clarify or revise conditions that may affect prospective offerors.
Mar 15, 2025, 12:04 AM UTC
This document is Amendment No. 2 to Request for Lease Proposal No. 2CA1644, issued by the General Services Administration for the Federal Public Defender in Los Angeles, CA. The amendment updates specific unique requirements for the building or property being offered for lease. Key requirements now include: a minimum regular interior column spacing of 20 feet, horizontally contiguous space, accessibility via the same elevator bank, vertical connectivity through stairwells with limited interruptions, and a prohibition against housing any federal, state, or local law enforcement agency within the offered building. The amendment emphasizes the need for a test-fit plan to be submitted with offers to ensure design efficiency in light of any minor deviations in specifications. The document concludes with a request for acknowledgment of receipt from offerors. This RLP amendment reflects the government’s commitment to specific structural and operational requirements necessary for the effective functioning of the Federal Public Defender's office.
Mar 15, 2025, 12:04 AM UTC
Amendment No. 3 to Request for Lease Proposal No. 2CA1644, issued by the General Services Administration for the Federal Public Defender in Los Angeles, CA, outlines key modifications to the lease proposal. Specifically, it removes Paragraph 6.04 regarding the lessor's reporting of green building efficiency and deletes subparagraph E of Paragraph 6.20, which encouraged the establishment of a composting program for food waste. The purpose of this amendment is to clarify the lease terms and requirements for prospective lessors. The document also requires acknowledgment of receipt from the offeror and provides contact information for follow-up. This amendment reflects the government's ongoing adjustments to lease proposals to streamline compliance and potentially adapt to changing priorities regarding environmental practices in federal leases.
Mar 15, 2025, 12:04 AM UTC
Amendment No. 4 to Request for Lease Proposal No. 2CA1644, issued by the General Services Administration for the Federal Public Defender in Los Angeles, updates specifications for a lease proposal. The amendment removes the prior limitation on the maximum number of floors and clarifies requirements for ceiling heights, acoustic ceiling materials, carpeting, walls, and millwork. It specifies types of partitions to be used, including soundproofing details to achieve a minimum Sound Transmission Class (STC) rating, and outlines installation requirements for doors and security features. Additionally, it details electrical and data outlet provisions necessary for operational efficiency within office spaces. This amendment aims to ensure that the leased space meets functional and acoustic needs of the Federal Public Defender’s operation. Offerors are required to acknowledge receipt of these changes to participate in the leasing process.
Mar 15, 2025, 12:04 AM UTC
The document is an amendment to the Request for Lease Proposal (RLP) No. 2CA1644 issued by the General Services Administration for the Federal Public Defender in Los Angeles, CA. The amendment primarily serves to extend the deadline for submitting revised lease offers to April 4, 2025, by 5:00 PM Pacific Time. Offerors are required to acknowledge receipt of this amendment and return it to specified contacts via email. The amendment is authorized by Lease Contracting Officer Maria Dent, indicating its official status and adherence to federal contracting protocols. This document reflects standard governmental procedures in handling lease proposals and emphasizes communication and compliance for offerors involved in the federal leasing process.
The document outlines the requirements for submitting a broker commission agreement related to RLP Number 2CA1644, dated October 22, 2024. It specifies that potential offerors must provide essential information, including the building owner's legal name, the authorized signatory's details, and the building address for the submission. This information enables the General Services Administration (GSA) broker to prepare a commission agreement, which must be signed and included with the initial offer. If a third-party representative submits an offer without a prior building tour, written authorization from the property owner is also required. The signed agreement should be emailed to GSA’s broker, Timothy Pavek, within ten calendar days before the initial offer deadline. This process ensures compliance and proper documentation in line with government procurement standards.
Lifecycle
Similar Opportunities
General Services Administration (GSA) seeks to lease office space in Phoenix, AZ
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Phoenix, Arizona, with specific requirements for the leased premises. The desired space must range from 34,431 to 36,152 ABOA square feet, include secure parking for employees and visitors, and meet various security, accessibility, and sustainability standards, including LEED certification. This procurement is crucial for accommodating government operations and ensuring a secure and efficient environment for personnel. Interested offerors must submit their proposals electronically by May 16, 2025, with occupancy anticipated in December 2026. For further inquiries, contact Erin Winschel at (602) 319-2980 or via email at Erin.Winschel@gsa.gov.
General Services Administration (GSA) seeks to lease the following space: Brownsville / Harlingen, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease flexible space in Brownsville/Harlingen, Texas, specifically designed for a law enforcement agency's operations. The required space ranges from 13,112 to 13,500 square feet, divided into approximately 5,065 square feet of office space and 8,047 square feet of warehouse space, with stringent security and accessibility requirements, including 24/7 access and secure methods for detainee transport. This procurement is critical for fulfilling the operational needs of law enforcement while adhering to safety and security protocols, including compliance with fire safety, seismic, and sustainability standards, and ensuring the location is outside floodplain zones. Interested parties must submit expressions of interest by April 21, 2025, with occupancy anticipated by August 5, 2025; for further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or (682) 816-1625.
Lease Space in Atlanta, GA
Buyer not available
The General Services Administration (GSA) is seeking proposals for the leasing of office and laboratory space in Atlanta, Georgia, covering an area of 41,568 square feet. The space must adhere to specific requirements, including secure parking for at least 35 vehicles, a minimum 25-foot column spacing, and compliance with fire safety, accessibility, and sustainability standards, while being located outside floodplain areas. This procurement is crucial for ensuring operational efficiency and cost-effectiveness for the GSA's needs in the region. Interested parties must submit expressions of interest by April 29, 2025, and provide details such as rental rates and building services, with the current lease expiring on May 6, 2025. For further inquiries, contact L. Elaine Henderson at elaine.henderson@gsa.gov or call 816-214-3200.
Lease Space in Atlanta, GA
Buyer not available
The General Services Administration (GSA) is seeking offers to lease office space in Atlanta, Georgia, with specific requirements for the property. The space must encompass between 23,348 ABOA square feet and include 60 surface parking spots, adhering to government standards for fire safety, accessibility, and sustainability, while also being located outside of floodplain zones. This procurement is crucial for securing appropriate office accommodations for government operations, with a lease term of five years and a firm commitment of one year, targeting occupancy by May 1, 2025. Interested lessors must express their interest by April 25, 2025, and can contact L. Elaine Henderson at elaine.henderson@gsa.gov or 816-214-3200 for further details.
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.
Buyer not available
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. The leased facility will support the Drug Enforcement Administration (DEA) and must meet specific operational needs, including 24/7 access and stringent security measures, as well as compliance with energy efficiency standards. This procurement is critical for housing various aircraft and ensuring the DEA's operational effectiveness while adhering to federal regulations. Interested offerors must submit their proposals by the extended deadline of May 30, 2025, and can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.
General Services Administration (GSA) seeks to lease Office/Warehouse/Specialized Lab and Tech space in Boulder, CO
Buyer not available
The General Services Administration (GSA) is seeking to lease office, warehouse, and specialized lab and tech space in Boulder, Colorado. The procurement requires a minimum of 27,774 square feet and a maximum of 29,163 square feet, with specific requirements including a warehouse clear height of at least 22 feet, a dock-height loading dock for semi-trucks, and an emergency generator with a minimum capacity of 400KVA. This opportunity is significant as it supports the GSA's need for suitable office and operational space, ensuring compliance with government standards for safety and accessibility. Interested parties should submit expressions of interest by May 8, 2025, with occupancy anticipated by March 21, 2026; for further inquiries, contact Timothy Pavek at tpavek@gsa.gov or (925) 790-2134.
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.
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space within Region 7, specifically in Fort Smith, Arkansas, under Request for Lease Proposals (RLP) 25REG07. The GSA requires a commercial office space with a minimum of 5,110 and a maximum of 5,200 ABOA square feet, with a lease term of 120/60 months and specific tenant improvement allowances. This procurement is crucial for accommodating federal operations and ensuring compliance with various federal standards, including seismic and accessibility requirements. Interested offerors must submit their proposals during the designated open periods, with the first deadline set for May 7, 2025, and can contact Quentin Horn at quentin.horn@gsa.gov or Matthew Van Allen at matthew.vanallen@gsa.gov for further information.
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG00 – 4PA0480 Office Space
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Allentown, Pennsylvania, under Request for Lease Proposals (RLP) 25REG00. The GSA requires a minimum of 3,780 and a maximum of 4,100 ABOA square feet of contiguous office space, with a lease term of 10 years and 5 firm, while adhering to specific agency requirements, including location restrictions and tenant improvement allowances. This procurement is crucial for accommodating federal operations and ensuring compliance with federal regulations, including safety and accessibility standards. Interested offerors should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772, and must submit their proposals during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website, with the next submission window occurring from the 1st to the 7th of the month.
General Services Administration (GSA) seeks to lease the following space: Fort Worth, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Fort Worth, Texas, with specific requirements for the facility. The procurement aims to secure a minimum of 2,000 square feet and a maximum of 2,300 square feet of space that includes a secured yard for two 20-foot trailers, parking for at least two employees, and a minimum turning radius of 23 feet for vehicle maneuverability. This opportunity is crucial for supporting government operations, ensuring compliance with fire safety, accessibility, and sustainability standards, while also avoiding floodplain areas. Interested parties must submit their expressions of interest by May 8, 2025, with occupancy anticipated by August 2, 2027. For further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or call 682-816-1625.