3NV0157- Solicitation of 1,000 - 3,000 SF Warehouse Space, Reno/Sparks, NV
ID: 3NV0157Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 LEASING DIVSAN FRANCISCO, CA, 94102, USA

NAICS

Lessors of Miniwarehouses and Self-Storage Units (53113)

PSC

LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS (X1GZ)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease a warehouse, flex, or parking structure space ranging from 1,000 to 3,000 square feet in the Reno/Sparks area of Nevada. The procurement aims to secure a facility that meets specific requirements, including the ability to accommodate two vehicles for storage and maintenance, a minimum ceiling height of 10 feet, and compliance with various safety and security standards. This leased space is essential for government operations, particularly for the storage and maintenance of government-owned vehicles, and must adhere to federal regulations regarding fire safety, accessibility, and seismic safety. Offers are due by October 15, 2024, with occupancy anticipated upon substantial completion and acceptance by the government. Interested parties should contact Charles Chambers at charles.chambers@gsa.gov or Anna Soydova at anna.soydova@gsa.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking to lease a warehouse/flex space in Reno/Sparks, Nevada, with specific requirements outlined in the RLP Procurement Summary. The lease is intended for a space between 1,000 to 3,000 square feet, with a full term of 10 years and a firm term of 5 years. Key specifications include FSL security level 1, capacity for at least 25,000 lbs, and the ability to accommodate two vehicles for storage and maintenance. The building must have a minimum ceiling height of 10 feet and at least one ground-level roll-up door (10’ x 10’). No tenant improvement allowance will be provided, indicating that all necessary modifications will be the responsibility of the government. The space should not be in a 100-year floodplain and must meet fire safety, accessibility, seismic, and sustainability standards. Offers are due by July 26, 2024, with an estimated occupancy in October 2025. Interested entities must register in the System for Award Management (SAM.gov) to participate in the bidding process. This solicitation reflects the GSA's aim to acquire necessary space while adhering to federal procurement guidelines.
    The GSA Request for Lease Proposals (RLP) No. 3NV0157 pertains to leasing space in Reno/Sparks, Nevada, with offers due by 10/30/2024. Proposals must comply with outlined requirements to be considered for award, which follows a Lowest Price Technically Acceptable basis. The RLP specifies the needed space, accommodating 1,000 to 3,000 sq. ft., featuring necessary facilities for vehicle storage and maintenance, including a minimum ceiling height of 10 feet and specific security features. It emphasizes seismic safety compliance, energy efficiency requirements per the Energy Independence and Security Act, and mandates stringent fire protection measures. Offerors are required to submit comprehensive documentation, including fire safety records and evidence of energy efficiency labeling. Regular updates and compliance with federal regulations, such as the Paperwork Reduction Act, are noted. The document's structure includes sections on requirements, solicitation provisions, eligibility criteria, and proposal submission instructions, establishing a clear framework for prospective lessors to follow in submitting their proposals. This RLP provides a formalized process for government leasing, enhancing transparency and competitiveness among bidders.
    The document outlines a lease proposal from the General Services Administration (GSA) for a U.S. government real property lease. It details the lease number (GS-09P-LNV03410), type (warehouse), and offers various terms and conditions for leasing. The lease is for a firm term of five years, allowing termination with 90 days' notice post the firm term and the possibility of a five-year renewal. Rent is payable monthly in arrears, with specific clauses on rental adjustments and tenant improvement costs, which are indicated as N/A in this instance. Owners submitting offers must certify ownership or authorized agent status. The document also includes a section for the government to accept the offer, rendering it binding upon the authorized lease contracting officer's signature. This form facilitates the leasing process for federal properties, following regulations for procurement in government operations. Overall, it emphasizes terms related to rental payments, lease duration, and tenant responsibilities while adhering to existing guidelines for property leasing within federal agencies.
    The document outlines the Supplemental Lease Requirements for a federal lease (LEASENO. GS-09P-LNV03410), establishing terms, conditions, and standards necessary for leased premises. It is structured into six sections, addressing general terms, construction standards, tenant improvement components, utilities/services obligations, and security requirements. Key elements include definitions related to building measurements, maintenance responsibility by the Lessor, compliance with safety and accessibility codes, and specific expectations for fire safety systems, including automatic sprinklers and alarms. Environmental considerations, such as managing hazardous materials, mold exposure, and radon levels, are emphasized, ensuring the leased space meets federal health standards. Additionally, the Lease stipulates identity verification for personnel accessing government areas and collaboration on emergency plans. Overall, the document is crucial in outlining the responsibilities of the Lessor to ensure compliance with federal expectations for functional and safe government leased facilities.
    The document outlines general clauses related to the acquisition of leasehold interests in real property under federal contracts, specifically for leases at or below the Simplified Lease Acquisition Threshold (SLAT). Key clauses cover definitions, maintenance responsibilities, rights to inspect the property, and provisions for fire and casualty damage. It emphasizes the lessor's duty to maintain the premises in good order, provide safe conditions, and allows the government to inspect compliance with lease requirements. Default by the lessor due to failure of obligations can lead to termination of the lease or financial penalties, while adjustments in rent must reflect actual space delivered based on ANSI/BOMA standards. Additionally, strict compliance with applicable federal, state, and local laws is mandated, and specific safeguards must be implemented to protect sensitive information. This document serves as a vital framework to ensure accountability, safety, and legal compliance in government leasing processes.
    The document outlines the requirements for leasing a light industrial space between 1,000 and 3,000 square feet to store and maintain government-owned Disabled American Veteran (DAV) vehicles. The designated area must accommodate two full-size SUVs, needing about 500 square feet per vehicle, with essential features like a grade-level access roll-up door, a restroom, and cold water service for maintenance tasks. The structure should support the heavy weight of the vehicles and have perimeter walls to prevent unauthorized access. Access is required 24/7, and the government will handle all IT installations and tenant improvements. Security measures, including high-security locks and surveillance systems, are mandated, and no external agency signage is allowed. Windows should be frosted or blackened for privacy. This request aligns with government protocols for facility management to ensure safe and secure vehicle storage and maintenance operations.
    This document outlines security requirements for facilities leased by the government, specifying critical security measures and protocols to ensure safety and restrict access to sensitive areas. Key areas include access control at facility entrances, management of common and utility areas, and visitor identification protocols. Specific measures for securing critical regions, such as mechanical and electrical spaces, are mandated, including proper signage, access control systems, and consultation with the Federal Protective Service (FPS). The document also emphasizes the need for cybersecurity protocols, prohibiting direct connections between building systems and federal IT networks, and outlines recommended practices for protecting building access systems. It requires cooperation with a Facility Security Committee to manage security issues. Additionally, the document dictates landscaping requirements for visibility and security, along with provisions for emergency generator placement to mitigate risks. Overall, the purpose of this file is to provide a comprehensive security framework necessary for federal tenants operating in leased spaces, ensuring that security systems meet stringent government standards while maintaining the integrity of operations and protecting personnel within the facility.
    The GSA Template 3516A outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It contains instructions for offerors, including definitions related to proposal modifications and revisions, submission processes, and conditions for late proposals. Key points include that proposals must be submitted in paper form unless otherwise allowed, and stipulations are in place for modifying or withdrawing proposals up until award. The government aims to award a lease to the responsible offeror providing the best value and may reject any proposals as it sees fit. Offerors must be registered in the System for Award Management (SAM) and must disclose if they propose to use any covered articles prohibited by the Federal Acquisition Supply Chain Security Act (FASCSA). The document emphasizes compliance with procedural requirements to ensure transparency and fairness in the procurement process, reflecting the structured nature of government RFPs and their focus on securing advantageous lease agreements. Overall, it presents a comprehensive framework to guide offerors in submitting proposals that comply with federal regulations and commitments.
    The document outlines the required seismic compliance forms for federal lease offerings, ensuring safety in federally owned and leased buildings. It specifies that Offerors, along with their engineers, must complete various forms regarding seismic evaluations, including Forms A through D for pre-award submissions and Forms E and F for post-award commitments. Form A pertains to benchmark compliance, while Form B focuses on existing buildings, requiring an evaluation against the Life Safety Performance Level using specific standards. Form C addresses commitments to retrofitting or constructing new buildings, stipulating adherence to current seismic codes. Form D allows Offerors to claim exemptions under certain conditions related to building size and seismicity. The document defines essential terms such as "engineer," referencing required standards like ASCE/SEI 31 and ASCE/SEI 41, which guide seismic evaluations and rehabilitations. These structured requirements ensure that buildings meet federal safety expectations and adapt to seismic risks, reflecting responsible management of federal facilities.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," addressing compliance for federal contractors under the John S. McCain National Defense Authorization Act. It specifies that Offerors must disclose their use and provision of covered telecommunications equipment and services in government contracts. The representation requires Offerors to indicate if they will or will not supply such equipment and services, necessitating detailed disclosures if they affirmatively respond. Key prohibitions outlined in the document include not procuring or renewing contracts with entities utilizing covered equipment or services essential to their systems post specific dates. Offerors are also instructed to review the System for Award Management (SAM) for excluded parties. This form is crucial for ensuring compliance with federal requirements aimed at mitigating risks associated with foreign telecommunications threats within government acquisitions, underlying the importance of transparency in contractor practices.
    Similar Opportunities
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement requires 88 contiguous reserved parking spaces with 24/7 access, ensuring compliance with safety and energy efficiency standards, and mandates that proposals be submitted by March 14, 2025, at 4 PM EST. This opportunity is critical for supporting government operations, as it facilitates the parking needs of federal employees and visitors. Interested parties can contact Bettina Yeh at Bettina.Yeh@gsa.gov or 202-834-5910 for further information.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement aims to secure 88 contiguous structured parking spaces that must meet specific requirements, including 24/7 access and minimum height clearance, with proposals due by March 14, 2025. This opportunity is significant for ensuring adequate parking facilities for government operations, and it encourages participation from HUBZone small businesses, subject to certain conditions. Interested parties should direct inquiries to Bettina Yeh at Bettina.Yeh@gsa.gov or Maria D. Medina at maricarmen.medina@gsa.gov for further details.
    U.S. Government seeks to Lease Warehouse Space in Detroit, MI
    Buyer not available
    The General Services Administration (GSA) is seeking to lease warehouse space in Detroit, Michigan, as part of its ongoing efforts to support federal operations. The procurement aims to secure suitable facilities that meet the needs of the Public Buildings Service, specifically under the NAICS code 53113, which pertains to lessors of miniwarehouses and self-storage units. This opportunity is crucial for ensuring that federal agencies have access to adequate storage and operational space, thereby enhancing their efficiency and effectiveness in serving the public. Interested parties can reach out to Jim Sharp at jim.sharp@gsa.gov or call 312-848-2394 for further details regarding the leasing process.
    General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, under Project Number 3CA1541. The procurement aims to secure between 44,438 and 48,883 square feet of contiguous space across two designated blocks, with specific requirements for each block, including security measures, accessibility, and compliance with federal standards. This initiative is crucial for accommodating the operational needs of the National Oceanic and Atmospheric Administration (NOAA) and the U.S. Bureau of Reclamation (USBR), ensuring a functional and secure environment for government operations. Interested parties must submit expressions of interest by January 6, 2025, with anticipated occupancy targeted for March 2027. For further inquiries, contact Tony Lucchesi at anthony.lucchesi@gsa.gov or Bruce Keyes at bruce.keyes@gsa.gov.
    Presolicitation Notice: Seeking Space in Cheyenne, WY
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cheyenne, Wyoming, as part of a presolicitation notice. The required space encompasses a total area of 6,588 square feet and must comply with specific security and safety standards, including the installation of a Sensitive Compartmented Information Facility (SCIF) and a location that is more than 400 feet from certain facilities. This procurement is crucial as it addresses the GSA's need for a new lease to replace an expiring one, while also considering economically beneficial alternatives. Interested parties must submit expressions of interest by March 18, 2025, and can contact Conrad Brooks at conrad.brooks@gsa.gov or Mike Wagner at michael.wagner@gsa.gov for further information.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.
    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 Lease: General Warehousing and Storage Crowley, Louisiana
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a specific office and wareyard space in Crowley, Louisiana, with a total requirement of 9,999 square feet. The facility must provide secure office space, specialized storage for firearms, pyrotechnics, and I&E drugs, and accommodate the demonstration of loud bird-scaring equipment in a rural setting, while adhering to safety and sustainability standards. This procurement reflects the GSA's ongoing efforts to fulfill operational needs through strategic leasing options, with a firm lease term of 120 months and a full term of 240 months. Interested parties must submit expressions of interest by March 14, 2025, with a market survey scheduled for April 11, 2025, and estimated occupancy by June 11, 2027; for further inquiries, contact Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    General Services Administration (GSA) seeks to lease office space in Lakewood, CO
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Lakewood, Colorado, with specific requirements for the location and characteristics of the space. The GSA requires a contiguous office space ranging from 12,350 to 13,585 square feet, with strict guidelines regarding accessibility, proximity to public transportation, and the surrounding environment to ensure a suitable working atmosphere. This procurement is essential for accommodating federal operations, and interested parties must submit their expressions of interest by March 18, 2025, with an estimated occupancy date in June 2026. For further inquiries, contact Tim Pavek at Carpenter/Robbins Commercial Real Estate, Inc. via email at timothy.pavek@gsa.gov or by phone at 925-790-2134.