General Services Administration (GSA) seeks to lease space in Louisville, KY
ID: 0KY2100Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of office space in Louisville, Kentucky, under Request for Lease Proposals (RLP No. 0KY2100). The procurement aims to secure a modern, well-constructed building that meets specific requirements for space, parking, and neighborhood standards, while also ensuring compliance with seismic safety and environmental regulations. This initiative is crucial for providing operational space for federal agencies, reflecting the government's commitment to safety, sustainability, and regulatory adherence. Proposals are due by January 24, 2025, and interested parties can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further information.

    Point(s) of Contact
    Melissa Hein
    (212) 326-1064
    (212) 326-1034
    melissa.hein@gsa.gov
    Files
    Title
    Posted
    The General Services Administration (GSA) is soliciting Lease Proposals (RLP No. 0KY2100) for office space in Louisville, KY, with offers due by January 24, 2025. This RLP outlines the requirements and evaluation criteria for lease proposals, emphasizing the need for a modern, well-constructed building that meets specific space, parking, and neighborhood standards. Applicants must submit a complete proposal using designated GSA forms, including cost details, facility security measures, and compliance with environmental regulations. Proposals will be assessed based on methodologies including price, efficiency, and compliance with security and energy standards, such as obtaining an ENERGY STAR® label. The RLP stipulates additional due diligence and documentation requirements, such as Phase I Environmental Site Assessments and proof of zoning compliance. Preference is given to offers in historic districts and those providing energy-efficient improvements. The document serves as a framework for government leasing actions, ensuring the proposed spaces meet both client agency needs and regulatory compliance while promoting sustainability and safety standards.
    The document outlines a lease agreement between a Lessor and the U.S. Government through the General Services Administration (GSA). It specifies the terms and conditions under which the Government will lease office space, detailing the contractual responsibilities of both parties. The lease term is set for an initial period of 10 years, with a firm commitment for five years, including both termination and renewal rights. Key elements include the description of the premises, financial obligations—such as annual rent, operational costs, and tenant improvements—and the conditions for any adjustments. The Government has rights to parking, telecommunications equipment installation, and significant appurtenant areas. The document also explains processes for alterations, real estate tax adjustments, and adjustments related to vacant premises. The structure of the lease includes sections detailing the specifics of the premises, adjustments for rent and operating costs, tenant improvement requirements, and compliance with various standards during construction. This lease is part of a broader governmental effort to secure operational space while maintaining fiscal responsibility and adherence to regulations in real estate leasing practices.
    This document outlines Security Requirements at Facility Security Level II, focusing on specific security measures and obligations for the lessor in managing facility access and safeguarding critical areas. It defines "Critical Areas" and establishes a "Design-Basis Threat" to assess security risks and needed countermeasures. Key topics include controlled access at entrances, screening protocols, securing mechanical and utility spaces, and managing public interaction within the facility. Notably, security measures include employee access control systems, visitor identification protocols, and maintaining security for areas housing sensitive operations. Landscaping and exterior protocols are prescribed to minimize concealment risks, while specific guidelines govern the use of security systems like video surveillance and intrusion detection systems. Moreover, cybersecurity measures stipulate that building management systems must not connect to federal IT networks, emphasizing the need for robust security practices against cyber threats. The document serves as a comprehensive guideline for lessors to create secure environments for federal tenants, ensuring compliance with government security standards throughout the lease term.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). It defines key terms such as "proposal modification," "proposal revision," and outlines procedures for submission, modification, and withdrawal of proposals. Offerors must submit proposals in a prescribed manner and may request to modify their proposals before the closing date. Special provisions exist for late submissions contingent on certain criteria, including government mishandling or other acceptable evidences of timeliness. The document emphasizes the necessity for offerors to be registered in the System for Award Management (SAM) and to provide their unique entity identifier during the proposal submission. The GSA can award leases based on the best value to the government, maintaining the right to reject any proposal that does not meet stated criteria. Additionally, it highlights regulations surrounding the disclosure of proprietary data, guidelines for lease execution, and compliance with the Federal Acquisition Supply Chain Security Act (FASCSA). Overall, the document aims to ensure transparency, fairness, and adherence to governmental protocols in real estate procurement processes.
    The document outlines general clauses for acquiring leasehold interests in real property, specifically for leases that fall below the Simplified Lease Acquisition Threshold (SLAT). It includes deviations from the General Services Administration Regulation (GSAR) and the Federal Acquisition Regulation (FAR), detailing obligations for both lessors and the government. Key provisions cover definitions, property maintenance, fire and casualty damage, inspection rights, default conditions, and payment processes. It emphasizes the necessity of compliance with federal, state, and local laws, especially regarding the safeguarding of contractor information systems and the prohibition of certain telecommunications products. The integrated agreement clause reinforces that the lease represents the complete agreement between parties, superseding prior discussions. Additionally, clauses address the prohibition of employing products associated with security threats, notably as articulated in the Federal Acquisition Supply Chain Security Act. This comprehensive framework aims to ensure transparency, accountability, and compliance in government leasing arrangements, establishing a clear stipulation of responsibilities and protections for both the government and lessors.
    The document appears to be a technical issue related to the inability of the PDF viewer to display the intended content. It suggests upgrading to the latest version of Adobe Reader or using alternative solutions for accessing the document. The emphasis is on ensuring that users have the appropriate software to view governmental files accurately. The absence of actual RFP or grant content prevents any analysis or summary of critical information related to federal or state grants and RFPs. Therefore, without the intended content, it is impossible to extract key points or main topics associated with government funding or proposals. The overarching goal of documents in this context typically involves solicitation for proposals, distribution of grants, or guidance for compliance within various government operations. However, no detailed evaluation or summary can be provided without access to the source material.
    The document outlines the procedures for conducting a fire protection and life safety evaluation for office building space offered to the government, detailing requirements based on the offered floor's height. Part A must be filled out by the Offeror for spaces below the 6th floor, covering building information, fire safety systems, exit signage, and emergency lighting. Part B, to be completed by a professional engineer for spaces on or above the 6th floor, requires a comprehensive narrative report assessing compliance with building codes and fire safety regulations, documenting deficiencies, and recommending corrective actions. Key safety considerations include evaluating fire alarm systems, automatic sprinkler systems, vertical openings, means of egress, and elevator emergency features. The process ensures that the offered space complies with local codes and the National Fire Protection Association standards. This evaluation is crucial for ensuring the government occupies safe buildings while adhering to established federal requirements in RFPs and grants.
    The Lessor's Annual Cost Statement, governed by the General Services Administration (GSA), outlines the estimated annual costs associated with providing services and utilities for a leased building. It emphasizes accurate reporting for items like cleaning, heating, electrical, plumbing, air conditioning, and maintenance, which are vital components of rental consideration. Lessor must detail costs for all services and utilities in a structured format divided into sections accounting for the entire building and specifically for the government-leased area. Important financial considerations include real estate taxes, liability insurance, and maintenance costs, which aid in determining fair market value for the lease. The document requires a comprehensive estimate of ownership costs exclusive of capital charges, ensuring transparency and adherence to federal standards. Lessor certification is obligatory, affirming that submitted estimates are precise and reflective of actual costs. Overall, the document serves as a critical tool in facilitating federal lease agreements, establishing essential fiscal responsibilities for property owners and managers.
    The document outlines required representations regarding certain telecommunications and video surveillance services or equipment for federal contracting. Under the John S. McCain National Defense Authorization Act of 2019, Offerors must declare whether they will or will not provide covered telecommunications equipment or services to the government. A critical aspect of compliance is ensuring that no contracts involve equipment from designated prohibited sources. The Offerors must conduct a reasonable inquiry and provide detailed disclosures if they indicate they will utilize or are in possession of such equipment or services. The procedures also mandate checking the System for Award Management (SAM) database for excluded entities. Through these regulations, the government aims to mitigate security risks potentially posed by certain telecommunications infrastructure and ensure the integrity of federal procurements. The structure is procedural, requiring affirmative representations, disclosures, and adherence to legal definitions and prohibitions surrounding covered equipment, with clear guidelines for submission and review.
    The document outlines the procedures and requirements for Offerors submitting proposals related to seismic compliance for federal properties under the Request for Lease Proposals (RLP). It includes pre-award forms (A-D) for existing or new buildings, requiring either the Offeror or their licensed engineer to certify compliance with the ICSSC RP 8 seismic safety standards. Form A certifies benchmark compliance; Form B assesses existing buildings against life safety performance levels; Form C facilitates commitments for retrofitting or new construction; and Form D allows representing exemptions from seismic compliance. Post-award forms E and F confirm compliance of retrofitted or newly constructed buildings. Each form necessitates the involvement of a licensed civil or structural engineer and includes specific documentation and operational standards, as mandated by relevant ASCE guidelines. The overall purpose is to ensure that federal buildings meet seismic safety standards to protect life and property in seismic regions, reflecting a commitment to public safety and regulatory adherence within the context of federal real estate and construction practices.
    Lifecycle
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    Redacted Jotfoc for project # 2KY0264
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under project 2KY0264, as outlined in the Justification notice. The procurement is managed by the Public Buildings Service, specifically the PBS R4 Office of Leasing, which aims to secure suitable office space to meet federal requirements. Leasing office space is critical for ensuring that government agencies have the necessary facilities to operate efficiently and effectively. Interested parties can reach out to Taneisha Williams at Taneisha.williams@gsa.gov or by phone at 470-419-1536, or Tamara Mason at tamara.mason@gsa.gov or 954-702-0601 for further details regarding this opportunity.
    3DC0687 - General Services Administration Seeks to lease the following:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, DC, under project number 3DC0687. The agency requires a minimum of 19,212 square feet and a maximum of 21,133 square feet of space that meets specific government standards for fire safety, accessibility, seismic, and sustainability. This procurement is crucial as the U.S. Government is looking to relocate from its current office space due to an expiring lease, and it will consider the economic advantages of alternative spaces. Interested parties must submit expressions of interest by January 16, 2026, with occupancy anticipated in April 2026. For further inquiries, contact Jason R. Adams at jason.adams@gsa.gov or 202-870-7156.
    General Services Administration Office Space Pine Bluff, Arkansas
    General Services Administration
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    GSA Seeks Office Space in Utica, NY
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Utica, NY, through a Request for Lease Proposals (RLP) No. 5NY0791. The procurement aims to secure 2,788 to 3,075 ABOA square feet of contiguous space for a 15-year lease term, including a 10-year firm period and one 5-year option, with specific requirements for security, accessibility, and compliance with federal regulations. This office space will support federal operations and must meet stringent criteria, including security measures, energy efficiency, and proximity to public transportation. Proposals are due by January 1, 2026, at 5 PM EST, and interested parties can contact Ryan M. O'Hagan at ryan.ohagan@gsa.gov or 617-283-4027 for further information.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlottesville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0782. The agency requires a minimum of 5,100 and a maximum of 6,180 ABOA square feet of contiguous office space, with specific requirements including three reserved parking spaces within three blocks and compliance with various government standards for safety and accessibility. The lease term is set for ten years, comprising a five-year firm term and a five-year option, with proposals now due by December 19, 2025, at 4:00 PM EST. Interested offerors should submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Nicholas Dippel at nicholas.dippel@gsa.gov or 267-496-5427 for further information.
    7NC2156-R1-The US Government Seeks to Lease Office and Related Space in Charlotte, NC
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office and related space in Charlotte, North Carolina, under Request for Lease Proposal (RLP) No. 7NC2156-R1. The procurement requires a minimum of 21,612 and a maximum of 22,260 ABOA square feet of contiguous office space, with a lease term of 15 years, including a 10-year firm period. This space is essential for accommodating government operations and must comply with federal standards for safety, accessibility, and sustainability, including seismic and fire safety requirements. Interested parties must submit their offers electronically by January 9, 2026, with occupancy anticipated in Summer 2027. For further inquiries, contact Lease Contracting Officer Jessica Herring at jessica.herring@gsa.gov or Broker Robert Brunton at robert.brunton@gsa.gov.
    VA HQ Vacant Retail Space
    General Services Administration
    The General Services Administration (GSA) is seeking expressions of interest from businesses to lease approximately 6,157 square feet of ground floor retail space at the Lafayette Building located at 811 Vermont Avenue NW, Washington, D.C. The GSA aims to enhance retail offerings in this historic urban setting, inviting proposals for retail food establishments and other retail uses, with the spaces being offered in "as is" condition as cold, dark shells. Interested firms must submit details including their company name, proposed use, operational experience, and contact information, with no brokerage fees applicable. The proposed lease term is five years, with a potential five-year renewal, and submissions are due by March 27, 2023, with project completion targeted for June 27, 2024. For further inquiries, interested parties can contact Kimberly Ashby at kimberly.ashby@gsa.gov or by phone at 202-710-9543.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.