Request for Lease Proposal # DOE-SC-L0001
ID: DOE-SC-L0001Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSC OAK RIDGE OFFICEOAK RIDGE, TN, 37831, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Energy (DOE) is soliciting proposals for a lease of office space in Oak Ridge, Tennessee, under Request for Lease Proposal # DOE-SC-L0001. The DOE requires approximately 38,987 ABOA square feet (45,225 RSF) of office space, including 210 parking spaces, with a lease term of 10 years, consisting of a firm 5-year term and an optional additional 5-year term. This procurement is critical for providing modern office facilities that meet specific government standards for safety, accessibility, and energy efficiency, while also accommodating operational needs such as a server room. Interested offerors must submit their proposals electronically by May 21, 2025, with anticipated occupancy starting on January 31, 2026. For inquiries, contact Marla Larsen-Williams at Marla.Larsen-Williams@Science.doe.gov or Richard Barron at Richard.Barron@Science.doe.gov.

    Files
    Title
    Posted
    The Department of Energy (DOE) is soliciting proposals for a lease under Request For Lease Proposal # DOE RLP 01 in Oak Ridge, Tennessee. The lease will cover approximately 38,987 ABOA (usable) square feet of office space, with an additional 45,225 RSF (rentable) and a requirement for 210 parking spaces. The lease term is set for 10 years, including a firm 5-year term with the provision for one additional five-year option. The offered space must comply with various government standards, including fire safety and accessibility, and it should not be located within a floodplain. Additionally, any proposal should ideally include a server room with necessary equipment. Lease stipulations require that flag display duties be managed by the lessor and that they comply with federal guidelines regarding flag half-staff notifications. Interested parties should submit offers electronically via the SAM.GOV website by May 21, 2025, for estimated occupancy on January 31, 2026. Contact details for the responsible officials, Marla Larsen-Williams and Richard S. Barron, are provided for inquiries, emphasizing the importance of early registration in the SAM system for potential offerors.
    The Department of Energy (DOE) is requesting proposals for a lease in Oak Ridge, Tennessee, under Solicitation # DOE RLP 01. The sought premises require approximately 38,987 ABOA square feet (45,225 RSF) of office space with 210 parking spaces. The lease will last 10 years, with a firm commitment of 5 years and an optional 5-year term. The offered space must comply with government standards for fire safety, accessibility, seismic, and sustainability, and cannot be located in the floodplain. A fully serviced lease is mandatory, and consideration is advised for telecommunications restrictions as per the FY19 NDAA. The lease should ideally include a server room with necessary equipment. Lessor responsibilities include flag display for federal holidays and registration with the Federal Protective Service for flag protocols. Proposals are due by May 21, 2025, with anticipated occupancy on January 31, 2026. Interested parties must submit electronic offers to specified DOE contacts and register on SAM.gov for eligibility. This solicitation outlines the DOE's intent to secure necessary office space, emphasizing compliance with regulatory standards and specific service needs.
    The document outlines the terms of Lease No. DOE-SC-L001 for property leased by the Department of Energy (DOE). It specifies the contractual relationship between the Lessor and the Government, detailing operational terms including rental rates, occupancy rights, and renovation responsibilities. The lease has a stipulated term of ten years, commencing either on October 31, 2025, or upon acceptance of the premises. It incorporates multiple provisions regarding tenant improvements, maintenance obligations, and financial obligations such as annual rent, operating costs, and adjustments for improvements. Key provisions emphasize the process for alterations initiated by the Government, the Lessor's obligations to improve the building, and specific construction and operational standards that must be observed. Furthermore, it details adjustments for vacant leased premises, the handling of operating costs, and the required documentation and approvals necessary for construction. The essence of this lease document lies in establishing a detailed framework for both parties’ rights and responsibilities while ensuring compliance with federal regulations. It reflects the government's structured approach to managing real property leases, aiming for transparency and accountability in government contracting processes.
    The document outlines the Representations and Certifications required for the solicitation of leasehold interests in real property by the federal government. It specifies that the Offeror must disclose their business status (e.g., small business, women-owned, veteran-owned) and provide supporting data, including representations regarding past contracts and compliance reports. Specific certifications include the Offeror's responsibility regarding federal tax liabilities, felony convictions, and independent price determination. Additional sections emphasize compliance with affirmative action regulations and mandates for maintaining accurate taxpayer identification and Central Contractor Registration (CCR). The purpose of these certifications is to ensure accountability, promote small business participation, and verify the integrity of participants in federal acquisitions. By requiring these representations, the government seeks to protect its interests and ensure fair and lawful procurement processes.
    This document outlines the security requirements for federal facilities classified under Facility Security Level II. It is intended for lessors involved in government leasing agreements and mandates specific security measures designed to protect critical areas and enhance overall security protocols. Key areas include employee access control, screening requirements, visitor access, and the security of utility areas, with an emphasis on maintaining strict access controls for critical zones using high-security locks and physical access control systems (PACS). It also mandates the installation of robust security systems, including a Video Surveillance System (VSS) and Intrusion Detection System (IDS), with maintenance and testing criteria. The document specifies landscaping and exterior building security measures, such as properly placed trash receptacles and secured air intake grills to minimize concealment opportunities. Furthermore, it emphasizes the importance of cybersecurity and restricts lessors from connecting building systems to federal IT networks, outlining procedures for managing cybersecurity incidents. Overall, this comprehensive security framework illustrates the government's commitment to protecting its facilities and personnel while ensuring compliance with federal standards.
    The document is a set of solicitation provisions related to the acquisition of leasehold interests in real property. It outlines the processes and requirements for offerors, including definitions of key terms such as "discussions," "proposal modification," and "proposal revision." The instructions emphasize submission protocols, including acceptable formats and the conditions under which late proposals may be considered. It describes the evaluation process, which prioritizes proposals providing the best value and allows for the rejection of any or all submissions. Special note is given to compliance evaluations for contractors involved in contracts exceeding $10 million, and it mandates registration in the System for Award Management (SAM) prior to contract award. Additionally, the document addresses restrictions on data disclosure, the execution of leases, the handling of protests, and the requirements surrounding facsimile proposals. Overall, the provisions serve to guide contractors in effectively participating in the solicitation process while ensuring compliance with federal regulations.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property by the U.S. government, detailing responsibilities and requirements for lessors. It includes definitions relevant to the lease, conditions for subletting, obligations of successors, and financial terms such as prompt payment and payment adjustments based on property condition. The clauses also emphasize compliance with federal, state, and local laws, as well as labor standards and cybersecurity measures that contractors must adhere to. Specific provisions address maintenance responsibilities, inspection rights, alterations, and dispute resolution processes. Additionally, it mandates adherence to ethical practices, such as covenants against contingent fees and anti-kickback procedures. This comprehensive framework establishes clear guidelines for managing government leases, ensuring accountability, legal compliance, and the protection of government interests within the context of federal acquisitions and grants.
    The document is a proposal template for leasing space, specifically the GSA Form 1364, used in response to Request For Lease Proposals (RLP). It delineates the criteria and details required from the offeror regarding the building's characteristics, rental terms, and financial aspects. Key sections include the building overview, primary offer details, financial aspects like rent structures and tenant improvement fees, and various building and property information such as fire protection standards, accessibility, and energy efficiency. Offerors must specify details like the building's location, total rentable square footage, parking arrangements, lease terms, and any proposed free rent or commissions. The form also addresses compliance with building standards, including seismic safety and asbestos management. Key financial components include shell rates, operating costs, and the overall rent determined by selected terms. Additionally, it emphasizes that renewal options and free space options are not available at this time, reflecting the framework for federal leases. The main objective is to standardize submissions for leasing properties to the government, ensuring clarity and compliance with federal requirements while inviting competitive offers from proposers. This form also acknowledges factors influencing the terms, such as location accessibility and the proposed condition of the building.
    The document is a Lessor’s Annual Cost Statement, part of the federal government's Request for Lease Proposals (RLP) process. Its main purpose is to provide a detailed breakdown of the estimated annual costs associated with services and utilities provided by the Lessor for a leased property. The statement includes various categories of services, such as cleaning, heating, electrical, plumbing, air conditioning, elevators, and maintenance costs, which must be accurately estimated for both the entire building and the government-leased area. The document contains specific instructions on how to calculate the rentable area and details the required insurance, taxes, and other ownership costs, apart from capital charges. It emphasizes the importance of adhering to prevailing rental scales in the community. The Lessor must certify the accuracy of these estimates, ensuring that they reflect the best estimates of annual costs. This structured approach aims to facilitate fair valuation and transparency in government leasing arrangements. Overall, the form serves as a crucial tool in assessing rental considerations within federal procurement processes.
    The General Services Administration (GSA) document focuses on fire protection and life safety evaluation procedures for office buildings proposed for government lease. It outlines two parts of the evaluation process: Part A for spaces below the 6th floor, to be completed by the Offeror, and Part B for spaces on or above the 6th floor, to be completed by a licensed professional engineer. Key elements include compliance with local building and fire codes, assessment of fire alarm and sprinkler systems, means of egress, and emergency lighting. Offerors must provide detailed information on building details, fire systems, occupancy classifications, and safety measures. Part B requires a comprehensive narrative report detailing safety evaluations, potential deficiencies, and corrective measures in alignment with applicable codes. Both parts emphasize the need for certification and submission of findings to ensure compliance with fire safety standards, thus prioritizing public safety in government leasing processes. The comprehensive evaluation process ensures that all proposed spaces meet necessary fire safety requirements before final government acceptance.
    The RLP Offer Attachment specifies the requirements for seismic compliance in federal buildings through a series of structured forms designed for both pre-award and post-award submittals. Forms A through D are initial declarations of compliance with seismic safety standards, requiring either the Offeror or their engineer to verify building characteristics against RP 8 guidelines. Form A is for Benchmark Buildings that meet life-safety criteria, while Form B is for existing structures requiring evaluation against seismic benchmarks. Form C outlines commitments for retrofitting existing buildings or constructing new ones, detailing standard adherence and documentation necessities. Form D offers exemption criteria based on building size and seismic zone. Subsequent forms (E & F) confirm post-award compliance for retrofitted and new buildings respectively. All forms necessitate involvement from a licensed civil or structural engineer, who certifies the building's adherence to applicable seismic codes. This framework underscores the government's emphasis on ensuring public safety through rigorous structural evaluations and compliance during the leasing of federal spaces.
    The document outlines wage determinations for federally funded building construction projects in Anderson County, Tennessee, in accordance with the Davis-Bacon Act. It specifies minimum wage rates applicable under Executive Orders 14026 and 13658, detailing conditions for contracts awarded after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. Various construction worker classifications are listed, along with their respective wages and fringe benefits, reflecting prevailing rates in the area. The document also emphasizes contractor responsibilities regarding worker protections, such as paid sick leave as mandated by Executive Order 13706, and provides guidance on the appeals process for wage determinations. The comprehensive structure organizes wage types, classifications, and requirements, ensuring compliance and fair compensation for labor in federally funded projects. This information is essential for contractors responding to federal RFPs and grants, ensuring adherence to labor standards while promoting equitable working conditions.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which mandates that Offerors (property owners) disclose their use of specific telecommunications equipment and services in federal contracts. It is grounded in Section 889 of the John S. McCain National Defense Authorization Act of 2019, which bars federal agencies from procuring telecom equipment deemed a security risk. The Offerors must confirm whether they will provide or use covered telecommunications equipment or services and supply relevant details, including descriptions and service codes, if applicable. The document emphasizes the importance of reviewing excluded parties in the System for Award Management (SAM) and clarifies that connections involving third-party services are exempt from certain prohibitions. This requirement reflects the federal government's commitment to national security and compliance in contracting processes for telecommunications and video surveillance equipment.
    The Department of Energy (DOE) has issued a Request for Lease Proposals (RLP) for a minimum of 38,987 ANSI/BOMA square feet of contiguous office space in Oak Ridge, TN, due by May 21, 2025. The selected lease will have a 10-year term with specific requirements including modern building standards, accessibility, and energy efficiency, along with security features based on the facility's security level. Proposals must demonstrate compliance with several regulations, including environmental safety, seismic standards, and historical preservation if applicable. Unique amenities and the efficient layout of the offered space are critical evaluation factors. To support the bid, offerors must submit extensive documentation, including financial commitments, security assessments, and plans for necessary renovations. The RLP emphasizes the importance of offering a fully serviced space including necessary tenant improvements and operational considerations to meet DOE's operational efficiency and safety standards. The firm commitment to lease will not be final until executed by the authorized Real Estate Contracting Officer.
    The Department of Energy (DOE) is seeking proposals for a lease of a minimum of 38,987 ABOA square feet of office space in Oak Ridge, TN, with bids due by May 21, 2025. The lease term is set for 10 years, with a 5-year firm term and options for the Government to terminate or extend. Requirements include modern quality buildings with specific office configurations, parking provisions, and adherence to numerous environmental and safety standards, including energy efficiency certifications. Offerors must comply with various regulations and provide detailed pricing and architectural plans. Additionally, proposals will be evaluated based on technical and budget considerations, with a preference for historic properties. The document outlines extensive prerequisites for eligibility, including financial commitments and environmental assessments. The RLP fits within a broader context of federal procurement aimed at securing optimal space while ensuring compliance with numerous legal and operational standards.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Request for Proposals: Artificial Intelligence Infrastructure and Energy Generation on DOE Land at Savannah River Site
    Energy, Department Of
    The Department of Energy (DOE) is issuing a Request for Proposals (RFP) for a long-term lease of land at the Savannah River Site (SRS) in Aiken, South Carolina, aimed at developing Artificial Intelligence (AI) data centers and energy generation infrastructure. The initiative seeks proposals for integrated projects that include both AI data centers and energy generation, with a focus on innovative energy solutions and rapid development to enhance U.S. leadership in AI and energy sectors. This opportunity is critical for supporting economic competitiveness and national security, as selected entities will be responsible for all aspects of development, including environmental compliance and financial obligations. Interested parties can contact Jeff Hynds at NNSAAIInfrastructure@srs.gov for further information, with proposals due by the specified deadline.
    COMMERCIAL AI & ENERGY GENERATION INFRASTRUCTURE PROGRAM REQUEST FOR OFFER
    Energy, Department Of
    The Department of Energy (DOE) is soliciting proposals through a Request for Offer (RFO) for the Commercial AI & Energy Generation Infrastructure Program, aimed at leasing portions of the former Paducah Gaseous Diffusion Plant cleanup site in Western Kentucky. This initiative seeks to develop integrated AI data centers and energy generation infrastructure, encouraging innovative energy technologies, particularly nuclear and geothermal, while aligning with national priorities in AI and energy leadership. Interested parties are invited to participate in an industry day on December 18, 2025, to discuss the RFO and tour the site, with registration required by December 12, 2025. For further inquiries, contact Marcia D. Fultz at marcia.fultz@pppo.gov or call 859-219-4044.
    Lease Extension Knoxville TN USDA Forest Service
    Agriculture, Department Of
    The USDA Forest Service is seeking to extend a lease for office space in Knoxville, TN. This procurement involves the lease/rental of office buildings, which is critical for the agency's operational needs in the region. The details regarding the justification for this lease extension can be found in the attached redacted document. Interested parties can reach out to Baylee Mitassa at baylee.mitassa@usda.gov for further information regarding this opportunity.
    Request for Proposal PR418462 Solenoid Magnets - FY26
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for the delivery of ten (10) Solenoid Stack Assemblies to support a funded project at the Oak Ridge National Laboratory (ORNL) in Tennessee. The procurement aims to acquire these assemblies based on specified technical requirements and cost-effectiveness, with detailed specifications provided in the associated documents. The Solenoid Stack Assemblies are critical components for various applications within the laboratory's research initiatives. Proposals are due by December 17, 2025, and interested parties should direct inquiries to the primary contact, Kevin Nelson, at nelsonkr@ornl.gov or by phone at 865-341-3520.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    Orbitrap Excedion Pro MS System
    Energy, Department Of
    The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of an Orbitrap Excedion Pro MS System for its Biosciences Division. This advanced analytical instrument is crucial for chemical analysis and will be utilized in various laboratory applications, enhancing the laboratory's capabilities. The Request for Proposal (RFP) No. 433924 outlines specific technical requirements, compliance standards, and proposal submission guidelines, with offers due by December 18, 2025. Interested vendors should direct inquiries to Morgan Hale at halemt@ornl.gov or call 615-519-9527, and are encouraged to review the attached Bill of Materials and Terms and Conditions for further details.
    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.
    Lease of Office Space within Silver Spring, MD
    General Services Administration
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.