US Government wants to lease office space in Augusta, GA
ID: 0GA2193Type: 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 offers for the lease of office space in Augusta, Georgia, under Request for Lease Proposal (RLP) No. 0GA2193. The procurement requires a minimum of 2,933 ABOA square feet in a modern building that meets stringent security and environmental standards, with proposals due by March 4, 2025, at 5:00 PM EST. This opportunity is crucial for accommodating government operations, emphasizing compliance with the Energy Independence and Security Act and preferences for historic properties. Interested lessors can contact Jason Lichty at jason.lichty@gsa.gov or Spencer Parsons at spencer.parsons@gsa.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms of Lease No. GS-04P-LGA02876 between the Lessor and the U.S. Government, represented by the General Services Administration (GSA). It establishes a long-term rental agreement for office space, detailing essential components like duration (15 years), rental rates, rights to use additional areas like parking, and provisions for tenant improvements. The rent includes adjustments based on operating costs and specific charges for tenant improvements and amortized capital. Guidelines for construction, alterations, and payment processes are delineated, ensuring compliance with federal standards. The contract also specifies termination and renewal rights, tax adjustments, and responsibilities of both parties throughout the leasing period. This document is critical in facilitating government occupancy in leased spaces while adhering to federal regulations and standards, demonstrating the government's commitment to proper facility management and tenant rights.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) document outlines detailed space requirements and design standards for its offices and facilities, issued on October 8, 2020. The primary focus is on ensuring security, safety, and functionality for ATF personnel. Key categories of space include headquarters, division, field, and satellite offices, with specific stipulations about building location, security measures, and layout. The offices should ideally be housed in federal buildings with strict guidelines about external signage and proximity to public spaces or sensitive facilities. Off-site facilities are necessary for operational efficiency and must adhere to similar security standards, including secured parking and specific structural requirements. The design requirements enforce robust security features such as bullet-resistant materials, controlled access points, and specialized room functions like secure interviews and evidence storage. The document serves as a guide for contractors in submitting proposals in response to federal RFPs and grants, ensuring that all spaces meet the ATF's stringent operational and safety standards. This comprehensive approach underscores ATF's commitment to safeguarding its mission through well-planned facility requirements.
    The provided document outlines security requirements for government-leased facilities classified as Security Level II. It establishes protocols ensuring safety for both the government and its employees through detailed specifications encompassing access controls, surveillance systems, and structural integrity. Key components include controlled employee access, secured critical areas, and provisions for public spaces that accommodate mixed-use functionalities. The document specifies the need for systems like Video Surveillance and Intrusion Detection, each requiring regular maintenance, testing, and compliance with federal standards. It emphasizes the installation of high-security physical access controls and formal key control programs to manage entry. Moreover, landscaping and site design must minimize concealment risks, and the parking strategy should distinguish between government employee and public spaces. Importantly, cybersecurity measures are outlined, including prohibiting the connection of building control systems to federal networks and recommending adherence to cybersecurity best practices. Overall, these guidelines aim to enhance the security infrastructure of government facilities, ensuring that potential vulnerabilities are addressed while promoting compliance with federal regulations.
    The document outlines solicitation provisions for the acquisition of leasehold interests in real property, primarily focusing on the procedures and requirements that offerors must adhere to in submitting proposals. Key elements include definitions of terms like "discussions," "proposal modifications," and “time” calculations. It emphasizes the importance of following submission guidelines, acknowledging amendments, and the handling of late proposals under specific circumstances. The document details requirements for lease awards, indicating that proposals will be evaluated based on best value, highlighting that the government may reject proposals at its discretion and that late submissions are subject to defined conditions. The section on restrictions regarding data disclosure outlines how offerors can protect sensitive information in their proposals. Additionally, it specifies regulations surrounding registration with the System for Award Management (SAM) before contract award, mandating that offerors maintain their registration throughout performance. Overall, this document serves as a comprehensive guide for offerors involved in government solicitations, ensuring compliance with federal regulations and processes required for successful bidding and lease agreements.
    The document outlines the General Clauses concerning the acquisition of leasehold interests in real property for federal leases at or below the Simplified Lease Acquisition Threshold (SLAT). It enumerates various clauses, referencing applicable laws such as the Federal Acquisition Regulation (FAR) and the General Services Acquisition Regulation (GSAR). Key points include the definitions of terms, maintenance responsibilities of the Lessor, inspection rights for the Government, conditions related to fire and casualty damage, and processes for addressing defaults by the Lessor. Additionally, it specifies financial aspects like payment structures related to square footage, incorporated clauses for compliance with laws, and safeguarding requirements for contractor information systems. The overarching purpose is to establish terms and conditions for leased properties, ensuring both parties adhere to federal laws while safeguarding government interests. The document serves as a critical guide for government entities and lessors engaging in property leasing agreements, emphasizing accountability, safety, and legal compliance throughout the lease process.
    The document appears to be related to issues with accessing a government file, likely concerning federal requests for proposals (RFPs) or grants. It informs users that their PDF viewer may not support the content displayed and suggests upgrading to the latest version of Adobe Reader. The message briefly mentions compatibility with various operating systems including Windows, Mac, and Linux. However, it does not provide any substantive information regarding the RFPs or grants themselves. The intent seems to be ensuring users are equipped with the appropriate tools to access important government documents, indicating an emphasis on accessibility and user readiness in government communications. This situation reflects the challenges of digital document management and the importance of technology in disseminating government information effectively.
    The document is the Lessor's Annual Cost Statement, utilized by the General Services Administration (GSA) for estimating annual costs associated with the provision of services and utilities in government-leased properties. The statement delineates two main sections: the estimated annual cost of services and utilities, and the estimated annual cost of ownership exclusive of capital charges. In the first section, lessors must detail costs for various services such as cleaning, heating, electrical, air conditioning, and maintenance. It also requires computation of rentable areas for government spaces versus the entire building, alongside estimated costs for salaries, supplies, contract services, and utilities. The second section focuses on additional ownership costs not covered by capital charges, including real estate taxes, insurance, maintenance, and administrative expenses. This document serves to ensure that rental charges align with prevailing market rates and facilitates the government's evaluation of fair market value for leasing space. The comprehensive instructions guide lessors in accurately reporting estimates essential for leasing negotiations and compliance with federal regulations. It emphasizes accountability by requiring lessor certification of reported costs.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation for an office building, specifically for federal leasing purposes. It consists of two parts: Part A is for spaces below the 6th floor, to be completed by the Offeror or representative, while Part B is for spaces on or above the 6th floor, requiring a detailed report from a licensed fire protection engineer. Compliance with local building and fire codes, as well as the National Fire Protection Association standards, is necessary. Critical topics include assessing automatic fire sprinkler systems, fire alarm systems, emergency signage, exit stair details, emergency lighting, and elevator safety features. Each section consists of yes/no questions regarding installation, maintenance, and compliance. The engineer must provide insights into identified deficiencies, code references, and proposed corrective actions. A signed statement of correction from the Offeror ensures any non-compliance issues will be resolved at their expense before the Government's acceptance of the space. This process ensures safety compliance in potential government office buildings, emphasizing public safety and adherence to established regulations.
    The document outlines a representation form focusing on telecommunications and video surveillance services and equipment in the context of federal procurements. Specifically, it requires offerors to confirm whether they provide or use covered telecommunications equipment or services, as stipulated in the John S. McCain National Defense Authorization Act of 2019. The form includes definitions of key terms and a prohibition against contracting with entities using covered equipment or services, effective from specified dates. Offerors must disclose detailed information if they confirm engagement with such equipment or services, including manufacturer details, descriptions of the products, and justification for permissible usage. The form is structured to gather crucial compliance information to protect national security by preventing procurement from potentially harmful telecommunications sources. Overall, the document reinforces rigorous scrutiny in federal contracting processes regarding telecommunications and associated services.
    The document outlines a Request for Lease Proposal (RLP) from the General Services Administration (GSA) concerning a commission agreement between the lessor and Savills Inc., the broker, for leasing office space for the ATF in Augusta, GA. It specifies that the commission fee for the broker is set at 4.0% of the Aggregate Lease Value, which includes the full-service rental and operating costs but excludes rental abatements and additional services fees. Payments are structured with half the commission paid upon lease award and the remainder upon occupancy or lease commencement. The agreement includes provisions for confidentiality, indemnification between the parties, and limitations on liability for damages. It emphasizes that this document supersedes all prior agreements and can only be modified in writing. The agreement is binding and acknowledges that both parties will bear their legal costs if disputes arise. The document serves to establish a clear understanding of financial responsibilities between the lessor and broker within the context of federal lease agreements, promoting transparency and coordination for government space leasing initiatives.
    The GSA Request for Lease Proposals (RLP) No. 0GA2193 outlines the requirements for leasing space in Augusta, GA, with proposals due by March 5, 2025. It specifies the amount and type of space required, including a minimum of 2,933 ABOA square feet in a modern building with stringent security and environmental standards. Proposals must address layout efficiency, compliance with zoning laws, and environmental assessments, including a Phase I Environmental Site Assessment. The RLP emphasizes preferences for historic properties and mandates compliance with the Energy Independence and Security Act (EISA), requiring buildings to have earned the ENERGY STAR® label within a year of proposal submission. The document delineates the submission process through the Requirement Specific Acquisition Platform (RSAP) and emphasizes that offers must conform strictly to outlined criteria. The evaluation for award will focus on pricing, layout efficiency, and compliance with construction and security standards. The GSA reserves the right to reject proposals that fail to meet these requirements, underscoring the government's commitment to sustainability and security in federal leasing.
    Similar Opportunities
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN VIDALIA, GA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Vidalia, Georgia, with specific requirements for the space to be a minimum of 8,587 square feet. The offered space must be contiguous, located on one floor, and meet various location and accessibility criteria, including being free from prior heavy industrial use and not adjacent to railroad tracks or high-traffic roadways. This procurement is essential for accommodating government operations, as the current lease is set to expire, and the GSA is exploring economically advantageous alternatives. Interested parties should submit expressions of interest by February 17, 2025, and can contact Jason Lichty at jason.lichty@gsa.gov or by phone at 972-739-2213 for further details.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GAINESVILLE, GA
    Buyer not available
    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.
    Augusta Warehouse Augusta, GA RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a climate-controlled warehouse located in Augusta, GA, to support the operations of the Charlie Norwood VA Medical Center. The facility must provide approximately 19,931 Rentable Square Feet (RSF) and 14,764 Net Usable Square Feet (NUSF), accommodating essential amenities such as office space, restrooms, and a telecommunications closet, while adhering to stringent security and accessibility standards. This procurement is critical for ensuring adequate resources for veteran care, with proposals due by February 7, 2025. Interested parties can contact Kalisha Baisden, Leasing Contract Specialist, at kalisha.baisden@va.gov or by phone at 803-221-1806 for further details.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2FL0911
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 6,444 ABOA square feet of office space in Tallahassee, Florida, under Solicitation No. 2FL0911. The procurement aims to secure a suitable facility that meets modern construction standards, security requirements, and accessibility considerations for federal use, with a lease term of 20 years and a 15-year firm period. This opportunity is critical for providing operational space for government functions, ensuring compliance with federal regulations, including energy efficiency and safety standards. Interested offerors must submit their proposals by February 7, 2025, and can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    Government seeks to lease space in Bangor, Maine
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Bangor, Maine, with specific requirements for a contiguous area ranging from 19,861 to 20,854 square feet. The lease will be for a term of ten years, including a firm five-year period, and must provide 140 surface parking spaces while adhering to government standards for fire safety, accessibility, seismic integrity, and sustainability. This procurement is crucial for accommodating government operations, and the selected location must not be within the 1-percent-annual chance floodplain and must comply with telecommunications restrictions as outlined in Section 889 of the FY19 National Defense Authorization Act. Interested parties should submit expressions of interest by February 7, 2025, with an anticipated occupancy date in August 2026; for further details, they may contact Kevin Johnson at kevin.johnson@gsa.gov or (301) 968-5202.
    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.
    (RLP PACKAGE) General Services Administration (GSA) seeks to lease the following space in Medford, OR
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Medford, Oregon, specifically between 32,065 to 35,213 ABOA square feet, to accommodate various federal entities including the United States Courts and the U.S. Marshals Service. The procurement aims to secure a modern facility that meets specific requirements such as security features, parking provisions (29 spaces total), and compliance with energy efficiency and accessibility standards, with a firm lease term of 20 years commencing around December 11, 2025. This opportunity is crucial for ensuring that federal agencies have the necessary operational space to effectively serve the public, reflecting the government's commitment to maintaining high standards in facility management. Interested offerors must submit their proposals electronically via the Lease Offer Platform by September 19, 2024, and can direct inquiries to John A. Bell at john.a.bell@gsa.gov.
    United States Government Seeks to Lease Office Space in Houlton, ME
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Houlton, Maine, to accommodate government operations. The requirements include a minimum of 5,941 ABOA square feet and a maximum of 6,238 ABOA square feet for office and warehouse space, with specific needs for shop space and warehouse storage, including ceiling height and access specifications. This procurement is crucial as the government currently occupies a lease that is expiring, and the GSA is exploring economically advantageous alternatives that meet fire safety, accessibility, and sustainability standards. Interested parties must submit their expressions of interest, including detailed building information and documentation of ownership, by the specified deadline to Robert Montminy at robert.montminy@gsa.gov or Carrie Rosenman at carrie.rosenman@gsa.gov.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3SC0173
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 4,668 ABOA square feet of office space in Myrtle Beach, South Carolina, under Solicitation No. 3SC0173. The leased space will accommodate a federal law enforcement office and must meet modern construction standards, security features, and various safety and environmental regulations. This procurement is crucial for ensuring that federal operations are conducted in a secure and compliant environment. Proposals are due by February 28, 2025, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG03 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in La Plata, Maryland, under Request for Lease Proposals (RLP) 25REG03. The procurement requires a space ranging from 4,690 to 4,925 ABOA square feet, with a lease term of ten years, including an eight-year firm period, and specific features such as three reserved parking spaces and outgoing mail service within the building. This opportunity is crucial for the GSA to secure suitable office space that meets federal, state, and local regulations, including seismic standards and sustainability requirements. Interested vendors must submit their offers by February 7, 2025, at 7:30 PM EST, and can contact Jackson Sigler at jackson.sigler@gsa.gov or Jennifer Kauffmann at jennifer.kauffmann@gsa.gov for further information.