US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GAINESVILLE, GA
ID: 3GA0326Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease approximately 5,066 rentable square feet of office space in Gainesville, Georgia, for the Internal Revenue Service (IRS) operations. The procurement aims to secure a modern, contiguous layout that complies with GSA standards, ensuring accessibility to public transportation and local amenities, while also adhering to stringent security and safety requirements as outlined in various supporting documents. This initiative is crucial for maintaining effective public service operations and ensuring compliance with federal regulations, including energy efficiency and fire safety standards. Proposals are due by February 7, 2025, and interested parties can contact Jason Lichty at jason.lichty@gsa.gov or by phone at 972-739-2213 for further information.

    Point(s) of Contact
    Jason Lichty
    (972) 739-2213
    (972) 739-2216
    jason.lichty@gsa.gov
    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 3GA0326 outlines the requirements and procedures for leasing office space in Gainesville, GA. Offers are due by February 7, 2025, and must comply with specified conditions to be eligible for award. The RLP details the type of space needed, emphasizing a modern, contiguous layout within designated urban boundaries, with specifics on square footage, lease terms, and suitability criteria such as proximity to public transit and local amenities. Key sections include eligibility criteria, environmental assessments, and preferences for historic properties. Offerors must provide pricing information, security requirements, and demonstrate compliance with energy efficiency standards per the Energy Independence and Security Act. The proposal submission process is strictly digital, via the Requirement Specific Acquisition Platform (RSAP). Overall, the document highlights the GSA's commitment to sustainability, safety, and modernization in the procurement of leased lands for government use, while also ensuring compliance with federal standards and local regulations. The evaluation process is structured to select the most favorable offer based on cost, compliance, and overall value to the government.
    The Lease Agreement, identified as GS-04P-LGA02676, establishes a contract between a Lessor and the United States Government, represented by the General Services Administration (GSA). The lease commences on either October 1, 2026, or upon acceptance of the premises, lasting 10 years with a firm 5-year term. The agreement includes provisions for rental payments, which cover shell rent, operating costs, tenant improvements, and parking fees, with adjustments based on final costs. Key terms outline the obligations of both parties, addressing the premises’ condition, necessary alterations, and maintenance responsibilities. The Lessor must ensure compliance with building standards and provide appurtenant rights, including reserved parking and access for telecommunications. The agreement also includes provisions for termination and renewal options, as well as guidelines for adjustments in real estate taxes and operating costs. Overall, the document serves to formalize the leasing of government office space, ensuring clarity in financial commitments and property management responsibilities, thereby facilitating the GSA's operational needs and adherence to federal standards. The comprehensive structure promotes transparency and accountability in public real estate transactions.
    The IRS Post of Duty (POD) Program of Requirements (POR) outlines specifications for the acquisition of leased office space for IRS operations. This project requires approximately 5,066 rentable square feet of usable space, emphasizing efficient layout and compliance with General Services Administration (GSA) standards. Key requirements include the need for Good accessibility, with public transportation and parking provisions for Taxpayer Assistance Centers (TAC). The document specifies construction timelines, submission of documents, project management roles, and communication protocols between the IRS and GSA. It highlights requirements related to layout, public contact functions, HVAC systems, safety codes, and security measures. Furthermore, it mandates adherence to IRS workspace standards, sound management systems, and environmental quality guidelines throughout construction and operations. Strict reviews and approvals are essential before progressing through project milestones, including design intent and cost proposals. This initiative embodies the IRS's ongoing efforts to maintain and enhance public service operations while ensuring effective workspace management and compliance with federal regulations.
    The government document outlines Security Requirements for Level II facilities leased by the Government. It emphasizes the necessity for stringent security measures to safeguard critical areas within the facility, detailing access control, visitor verification, and interior security protocols. Key elements include the definition of critical areas, the implementation of a Design-Basis Threat (DBT) analysis, and the construction of security systems, such as intrusion detection, video surveillance, and duress alarms. The document specifies requirements for facility entrances, interior spaces, landscaping for safety, and parking regulations, ensuring restricted access to sensitive areas. The lessor must develop a comprehensive construction security plan and cooperate with the Facility Security Committee throughout the lease term. Additionally, cybersecurity provisions prohibit connecting building access control systems to federal IT networks and outline recommendations for protecting these systems against cyber threats. Overall, this document serves to guide lessors in building security practices, ensuring compliance with government standards while protecting personnel, assets, and sensitive information within federal facilities.
    This document serves as a solicitation provision for the acquisition of leasehold interests in real property. It details the procedures for offerors, including definitions of discussions, proposal modifications, and submissions. Offerors must submit proposals in sealed formats, acknowledging any amendments to the solicitation. It emphasizes the importance of timely submissions, allowing certain late proposals under specified conditions. The document outlines the procedure for withdrawing proposals and handling emergencies that could delay proposal receipt. Furthermore, it establishes guidelines for proposal evaluations, stating that the government will select the best value proposal and may reject any deemed inappropriate. The importance of registration in the System for Award Management (SAM) is highlighted, requiring offerors to maintain valid registration throughout the contract's duration. Lastly, it addresses restrictions on data disclosure in proposals and establishes requirements for executing a lease based on the type of lessor. Overall, the document is structured to ensure clear communication of requirements and processes necessary for government leasing acquisitions.
    The document outlines the General Clauses for acquisition of leasehold interests in real property under the Simplified Lease Acquisition Threshold (SLAT), applicable to federal leases. It details essential clauses regarding definitions, maintenance responsibilities, inspection rights, and the procedures following fire or casualty damage. The Lessor is obligated to maintain premises in a tenantable condition, allowing government inspections. The document establishes protocols for contract compliance, payment procedures, and consequences for defaults by the Lessor, including remedies available to the government. The clauses adhere to both FAR and GSAR regulations, emphasizing the need for compliance with applicable laws and safeguarding sensitive contract information. This comprehensive framework ensures that leasing agreements maintain federal standards while protecting the government's interests throughout the lease term.
    The document appears to be inaccessible and does not contain any information that can be analyzed or summarized. The provided text indicates an issue with displaying the contents of the file, suggesting that the user needs to upgrade their PDF viewer or access alternatives for viewing Adobe documents. Consequently, the summary cannot capture any main topics, key ideas, or details as no substantive content exists in the provided text. As such, a comprehensive summary of the document's intent or purpose is not possible because no relevant information is available for analysis.
    The Lessor's Annual Cost Statement, mandated by the General Services Administration (GSA), aims to detail the estimated annual costs associated with services, utilities, and ownership for government-leased properties. It outlines two primary sections: the first focuses on the annual cost of services and utilities provided by the lessor, such as cleaning, heating, and maintenance. Lessor's estimates are required for both the entire building and the government-leased area. The second section addresses costs of ownership excluding capital charges, including real estate taxes, insurance, and management fees. Proper completion of the form is essential, as it assists in determining fair market value for government leases. The document includes guidelines for calculating rentable area and emphasizes adherence to community rental standards. Overall, it ensures transparency and consistency in the leasing process for government properties, reinforcing the need for accurate reporting to facilitate government budgeting and planning.
    The document outlines the Fire Protection and Life Safety Evaluation requirements for office buildings as part of the General Services Administration (GSA) guidelines. It comprises two parts: Part A, to be filled out for spaces below the 6th floor, and Part B, requiring professional engineer input for spaces on or above the 6th floor. The evaluation assesses fire safety compliance with local building codes and the National Fire Protection Association (NFPA) standards. Key areas of focus include automatic fire sprinkler systems, fire alarm systems, emergency lighting, exit signs, means of egress, and elevator safety features. Part B requires a detailed report from a licensed fire protection engineer, including findings, code violations, and recommendations for corrective actions. The completion of both parts ensures that the offered space meets necessary fire safety criteria before acceptance by the government, emphasizing public safety and compliance with legal standards. This evaluation is crucial in the context of government RFPs, ensuring that leased spaces adhere to strict safety protocols.
    The document outlines the requirements for a representation concerning certain telecommunications and video surveillance services or equipment as part of federal contracting compliance. It specifies that the Offeror must disclose whether they provide or use any covered telecommunications equipment or services, as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The Offeror must evaluate and confirm the use of such equipment or services through a series of representations and additional disclosures, depending on their answers. Key components include definitions of critical terms, prohibitions against contracting with entities using covered telecommunications equipment, and the procedures for confirming compliance via the System for Award Management (SAM). If the Offeror indicates they will or do use these services or equipment, detailed disclosures about the entities, descriptions, and reasoning for their inclusion must be provided. Overall, the purpose of the document is to ensure that federal contracts remain free of potential security risks associated with specified telecommunications and surveillance services, reinforcing the government’s commitment to safeguarding its operations. This representation is essential for compliance within federal RFPs and grants, ensuring that bidding entities understand the legal and security implications involved in telecommunications contracts.
    The document is a Request for Lease Proposal (RLP) No. 3GA0326 concerning the lease of office space for the IRS in Gainesville, GA, managed by the General Services Administration (GSA). It outlines a Commission Agreement between the Lessor and Savills Inc. (Broker), detailing the commission structure for the Broker's services in securing a lease. The commission rate is set at 4.0% of the Aggregate Lease Value, which includes various rental components but excludes certain costs like rental abatement and commissions related to lease extensions. Payments to the Broker are structure with half upon lease award and the remainder when the Tenant occupies the premises. Both parties agree to confidentiality regarding financial details and indemnification for any brokerage disputes. The agreement constitutes the complete contract between the Lessor and Broker, superseding all prior discussions, ensuring both parties are authorized to enter this agreement, and outlines the process for legal action and costs in case of disputes. The document reinforces the importance of proper procedure in government lease acquisitions and the financial responsibilities involved.
    The Seismic Form B is a Certificate of Seismic Compliance for existing buildings, confirming that a designated engineer has performed a seismic evaluation in accordance with federal standards. The document includes key building details, such as the ASCE building type, number of stories, area, design codes, and construction year. The evaluation uses the ASCE/SEI 31 methodology to assess the building's safety at the Life Safety Performance Level as per ICSSC RP 8. The engineer must indicate the evaluation tier (Tier 1, 2, or 3) and provide their professional stamp and signature, affirming whether the building meets the required seismic safety levels. Additional documentation, including checklists for structural and site hazards, must be attached. This form aims to ensure that federally owned or leased buildings adhere to seismic safety protocols, enhancing public safety and regulatory compliance within government initiatives. The overall purpose serves as part of broader federal grants and RFP processes to maintain building integrity in seismic-prone areas.
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0311
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a 5,419 square feet office space in Jackson, Tennessee, as outlined in Solicitation No. 3TN0311. The leased space must be situated within a specified delineated area and constructed to meet modern standards, ensuring flexibility and minimal architectural obstructions to support office workflow. This procurement is critical for housing a federal law enforcement office, necessitating compliance with stringent safety and security guidelines, including the exclusion of locations near hazardous materials or foreign facilities. Interested parties must submit detailed proposals, including building specifications and site plans, by March 12, 2025, with potential occupancy targeted for February 1, 2026. For further inquiries, contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4NC0321
    Buyer not available
    The General Services Administration (GSA) is seeking to lease an office space in Cary, North Carolina, under Solicitation No. 4NC0321. The requirement includes a total of 10,895 square feet in a modern building that is suitable for federal law enforcement operations, with secure parking for government vehicles and a design that promotes efficient office workflow and flexibility. This fully serviced lease must comply with fire safety and accessibility standards, and proposals should include detailed building information, including ownership, location, floor plans, and proximity to public transportation. Expressions of interest are due by March 21, 2025, with a market survey estimated for April 2025 and expected occupancy by December 2026. Interested parties can contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190 for further details.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, with a requirement for between 28,700 and 29,925 ABOA square feet in a modern and secure building. The lease term is set for 15 years, with options for renewal, and proposals must adhere to strict safety, environmental, and historical considerations, including energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while ensuring compliance with federal regulations. Interested parties must submit their proposals by March 17, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2402
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and office facility in Hyattsville, Maryland, under Solicitation No. 9MD2402. The required space totals approximately 123,123 ABOA square feet, including 106,120 square feet of warehouse and 17,003 square feet of office space, with specific requirements for ground-floor access, a secured perimeter, and adequate loading facilities. This procurement is essential for meeting government facility needs while adhering to standards for fire safety, accessibility, and sustainability. Interested parties must submit their Expressions of Interest by March 7, 2025, with occupancy anticipated by December 2026; for further inquiries, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
    Solicitation Package / General Services Administration (GSA) seeks to lease space in Macon, GA
    Buyer not available
    Solicitation Package / General Services Administration (GSA) seeks to lease space in Macon, GA. The General Services Administration, under the Public Buildings Service, is looking to lease nonresidential office space in Macon, Georgia. The space will be used for office purposes and is being procured through a solicitation process. Interested parties can find more information in the attached Solicitation Package 0GA2177.
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Owensboro, Kentucky, through a presolicitation notice. The procurement aims to secure nonresidential building leases, specifically under the NAICS code 531120, which pertains to lessors of nonresidential buildings, excluding miniwarehouses. This opportunity is significant as it supports the GSA's mission to provide efficient and effective government services by ensuring adequate office space for federal operations. Interested parties can reach out to Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or by phone at 202-652-4199, or contact Lindsey Stegall at lindsey.stegall@gsa.gov or 202-652-4191 for further details.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    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.
    GSA seeks space in St. George, UT
    Buyer not available
    The General Services Administration (GSA) is seeking to procure office space in St. George, Utah, through a solicitation for leasing nonresidential buildings. The objective is to identify suitable properties that meet the agency's requirements for office use, which is critical for supporting federal operations in the region. This opportunity is part of the GSA's ongoing efforts to secure functional and accessible office environments for government personnel. Interested parties can reach out to Jordan Anner at jordan.anner@gsa.gov or call 303-513-8996 for further details regarding the solicitation process.
    VA HQ Vacant Retail Space
    Buyer not available
    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.