The General Services Administration (GSA) has issued a presolicitation notice for a lease opportunity in Charlottesville, Virginia. GSA is seeking approximately 5,820 to 6,180 ABOA square feet of office space, with 3 reserved parking spaces, for a 10-year full term (5-year firm, 5-year option). The delineated area is specified by street boundaries. Key requirements include the space being contiguous, located at least one full story above ground elevation, and compliant with government standards for fire safety, accessibility, seismic, and sustainability. The offered space must not be in the 1-percent-annual chance floodplain. Prohibitions under Section 889 of the FY19 NDAA regarding telecommunications also apply. Expressions of interest are due by September 8, 2025, and should include building details, a floor plan, parking plan, square footage, rental rate, common area factor, and owner information. The estimated occupancy is Winter 2027. Contact Nicholas Dippel for more information.
The General Services Administration (GSA) is seeking lease proposals for office space in Charlottesville, Virginia. The GSA requires 5,820 to 6,180 ABOA square feet of office space within a delineated area, with specific boundaries for North, West, South, and East. The lease term is 10 years, with a 5-year firm term and a 5-year option. The GSA also requires three reserved surface parking spaces within three blocks of the offered space. Additional requirements include co-housing restrictions with federal and state law enforcement agencies, contiguous space located at least one story above the highest exterior ground elevation, and compliance with fire safety, accessibility, seismic, and sustainability standards. The offered space must not be in the 1-percent-annual chance floodplain. Expressions of interest are due by October 1, 2025, and should include building information, a proposed parking plan, available square footage, rental rate, common area factor(s), and a written statement of authority from the owner. Entities are also advised to familiarize themselves with telecommunications prohibitions under Section 889 of the FY19 National Defense Authorization Act (NDAA).
This government file, Lease No. GS-03P-LVA01087, outlines the terms and conditions for a federal government lease agreement between a Lessor and the United States of America, acting through the General Services Administration (GSA). The lease is for office and related space, with a term of ten years (five years firm). Key provisions include details on rent, parking, and specific clauses for tenant improvements and building-specific amortized capital. The document defines terms like "Firm Term" and "Rentable Square Feet" and addresses essential aspects such as termination and renewal rights, real estate tax adjustments, and operating cost adjustments. It also incorporates various construction standards, shell components, design, construction, and post-award activities, and outlines utility, service, and maintenance obligations during the lease term. The lease emphasizes compliance with government regulations and standards throughout the agreement period.
This Design Guide, Exhibit B to RLP 5VA0782, outlines additional space requirements for a Federal Public Defender's office, supplementing the main Lease document. It details a comprehensive room schedule, including private offices, reception areas, a library, conference room, and specialized storage. The guide emphasizes specific construction standards such as ballistic partitions for the waiting room, slab-to-slab partitions with acoustical insulation for the conference room and library, and slab-to-ceiling walls for offices. It also provides detailed requirements for the Telecom Closet, including static dissipative flooring, 24/7 HVAC, and fire-resistant plywood. Security requirements involve card readers, CCTV systems, and other government-installed devices, with the Lessor responsible for providing infrastructure. Information Technology (IT) requirements mandate CAT6 or better Ethernet cabling, RJ45 wall jacks, and a POTS line, with the Lessor responsible for all cabling installation, termination, testing, and labeling.
This document outlines Level II Security Requirements for government facilities, detailing lessor obligations and government rights for federal, state, and local RFPs. Key areas include facility entrances, lobbies, common areas, non-public spaces, and utility areas, mandating controlled access, especially for critical infrastructure like mechanical and telecommunications rooms, secured with high-security locks. It also covers requirements for government-controlled interior spaces, exterior building elements like landscaping, hazmat storage, and parking. The document specifies the government's provision and installation of security systems such as Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, with the lessor facilitating installation. Structural requirements involve securing ground-floor windows and protecting emergency generators and air intakes. Operational and administrative guidelines include lessor cooperation with Facility Security Committees and strict control over building information. Cybersecurity measures prohibit connecting building control systems to federal networks and recommend adherence to DHS ICS-CERT, NIST-CSF, and OWASP Top 10 guidelines for protecting building automation and control systems (BACS) from cyber threats, with strict protocols for incident response and vendor security practices.
The GSA Template 3516 outlines the provisions for acquiring leasehold interests in real property, detailing instructions for offerors. Key aspects include definitions of terms like "discussions" and "proposal modification," guidelines for submitting, modifying, revising, and withdrawing proposals, and specific conditions for accepting late submissions. It also addresses restrictions on data disclosure, procedures for lease awards, and rules for parties executing leases. Furthermore, the document covers requirements for serving protests, submitting facsimile proposals, and registration in the System for Award Management (SAM). Finally, it incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA) regarding covered articles and sources, requiring offerors to disclose any non-compliance with FASCSA orders.
This government file, GSA Template 3517B, outlines the general clauses for the acquisition of leasehold interests in real property. It categorizes 56 clauses under headings such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses cover definitions, subletting, Lessor default, Government inspection rights, maintenance, fire damage, compliance with law, alterations, and acceptance of space. Payment terms detail rent due dates and invoice requirements, while conduct standards address ethics and anti-kickback procedures. The document also includes provisions for price adjustments, audits, dispute resolution, labor standards for veterans and individuals with disabilities, and small business utilization. Cybersecurity measures are extensive, prohibiting certain hardware/software and outlining safeguarding requirements for information systems. The file emphasizes compliance, accountability, and the Government's rights and remedies in leasing agreements.
The “Simplified Lease Proposal” (GSA Form 1364A) is a standardized federal government document used by the General Services Administration (GSA) for soliciting lease proposals in response to Requests for Lease Proposals (RLPs). This form is crucial for federal government RFPs related to property leasing. It gathers essential information in a structured format across several sections: Building Information, Space Offered and Rates, Owner/Offeror Information, Offer, and Proposed Additional Terms and Conditions. The proposal details include building specifications, rentable square footage, floor location, type of space, and various rental rates (firm, non-firm, and option terms). It also covers rate adjustments for vacant space, free rent, HVAC costs for overtime and 24-hour service, and parking availability and charges. Additionally, the form collects offeror details, including business type and contact information, and allows for the acknowledgment of RLP amendments and the inclusion of proposed additional terms, conditions, and required improvements related to fire/life safety, accessibility, and energy savings. The document emphasizes compliance with the Paperwork Reduction Act and is designed to streamline the leasing process for government entities.
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government Request for Lease Proposals (RLPs), collecting estimated annual costs from lessors. This form, mandated by the OMB Control Number 3090-0086, is used by the General Services Administration (GSA) to evaluate rental charges against prevailing community rates. It requires lessors to detail estimated annual costs for services and utilities (Section I), including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous expenses. Additionally, it collects estimated annual costs of ownership (Section II), such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form differentiates between costs for the entire building and the government-leased area, ensuring transparency and aiding the GSA in determining fair market value. Instructions for calculating rentable areas and itemizing costs are provided, emphasizing accurate reporting for both initial proposals and ongoing lease management.
The GSA Form 12000-WH, titled
The General Services Administration (GSA) is issuing a presolicitation notice to lease office space in Charlottesville, Virginia. The GSA requires a minimum of 5,100 ABOA SF and a maximum of 6,180 ABOA SF for a full term of 10 years, including a 5-year firm term and a 5-year option term. The offered space must include three reserved parking spaces within three blocks. Key requirements include co-housing restrictions, contiguous space, and location at least one full story above the highest exterior ground elevation. The space must meet government standards for fire safety, accessibility, seismic, and sustainability, and must not be in the 1-percent-annual chance floodplain. Offers are due by December 12, 2025, and occupancy is estimated for November 2027. Submissions must be made electronically through the Requirement Specific Acquisition Platform (RSAP).
The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 5VA0782 in Charlottesville, VA, seeks proposals for a lease of 5,100 to 6,180 ABOA square feet of contiguous space. Offers are due by December 12, 2025, at 4:00 PM EST, and must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP). The lease term is 10 years, with a 5-year firm term and government termination rights. Key requirements include three reserved parking spaces, compliance with the Energy Independence and Security Act (EISA), and specific fire protection, life safety, accessibility, and environmental standards. Offerors must provide detailed pricing, financial commitments, proof of ownership or control, and various architectural and engineering plans. The RLP outlines allowances for Tenant Improvements ($52.48/ABOA SF) and Building Specific Amortized Capital ($12.00/ABOA SF) for security-related enhancements, with the government anticipating additional TI costs. The award will be based on price, with emphasis on operating lease treatment and HUBZone small business concern price preference waivers where applicable.