General Services Administration (GSA) seeks to lease space in Grenada, MS
ID: 2MS0215Type: 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 lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.

    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 seeking lease proposals through RLP No. 2MS0215 for office space in Grenada, MS, with offers due by November 8, 2024. This document outlines the proposal requirements, evaluation criteria, and lease terms for potential bidders. Key stipulations include a minimum of 7,779 ABOA square feet of modern office space in a well-maintained building, located within a prime commercial district with public amenities nearby. The proposal must comply with several federal regulations, including energy efficiency standards outlined in the Energy Independence and Security Act and seismic safety requirements. Businesses aiming to offer bids must adhere to eligibility criteria, such as efficiency of layout, environmental assessments as part of the National Environmental Policy Act, and compliance with historic preservation standards if applicable. The document emphasizes that proposals should be submitted electronically through the Requirement Specific Acquisition Platform (RSAP) and should include necessary documents such as cost statements and evidence of compliance with safety regulations. Awards will be based on lowest price and technical factors, with special preferences for historic properties. The GSA aims to ensure a competitive process while maintaining a commitment to sustainability and safety in federal leasing.
    The document outlines Lease No. GS-04P-LMS02659 between the General Services Administration (GSA) and a Lessor for a federal leasing agreement. It specifies essential details regarding the terms of the lease, which includes a total duration of 10 years with a firm initial period of 5 years and provisions for early termination and renewal options. The Lessor agrees to provide office space along with rights to parking and related areas as specified. Key components include rent determination based on several factors, including shell rent, operating costs, tenant improvements, and specific adjustments like free rent periods and tenant improvement allowances. The Government retains the authority to utilize or return unused tenant improvement funds and has explicit rights for alterations during the lease term. The section also elaborates on operating costs, broker commissions, and tax adjustment provisions, ensuring that all financial obligations are documented and executed per federal guidelines. The lease provides for flexibility and defines responsibilities around property maintenance, construction standards, enhancements for safety, and compliance with various federal regulations. Overall, this lease seeks to establish a clear framework for the government’s occupancy and use of leased space, safeguarding the interests of both the government and the Lessor.
    This document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property by the General Services Administration (GSA). It defines critical terms such as proposal modifications and revisions, discusses the process for submitting proposals, and specifies conditions regarding late submissions. Significant emphasis is placed on the requirements for offerors, including the necessity for registration with the System for Award Management (SAM) prior to award with details on how to obtain a unique entity identifier. The document also addresses restrictions on data disclosure and the government’s criteria for lease award, emphasizing the best value approach in proposal evaluations. Specific parts highlight the necessary signatures for leases based on the legal entity type and the prohibition of lease awards for properties within 100-year floodplains unless no alternatives exist. The overall purpose of this document is to provide guidance and clarity for prospective offerors in federal lease solicitations, ensuring compliance and standardization throughout the proposal process.
    The GSA Template 3517A outlines general clauses regulating lease agreements for federal real property, specifically focusing on leases at or below the Simplified Lease Acquisition Threshold (SLAT). The document includes multiple clauses detailing definitions, maintenance responsibilities, inspection rights, and default by the lessor, which define expectations for property conditions and compliance with legal standards. Notable provisions address the government’s rights for property inspection, criteria for fire and casualty damage response, and obligations of the lessor to maintain a safe environment in compliance with OSHA guidelines. Additionally, it highlights various clauses incorporated by reference from federal regulations, emphasizing safeguarding contractor information systems and equal opportunity provisions. The template serves to protect both the lessor and the government, ensuring clarity on responsibilities, conditions for modifications, and repercussions for defaults. It reflects a commitment to transparency and legal compliance necessary for effective management of federal real estate leases.
    The document appears to be an inaccessible PDF file related to government proposals, specifically federal RFPs (Requests for Proposals), grants, and state/local RFPs. Due to limitations in accessing the actual contents of the file, it cannot provide detailed information on the proposals or grants themselves. However, the context suggested involves public sector funding mechanisms that support various initiatives. Typically, RFPs serve as official notices inviting businesses or organizations to submit proposals for specific projects, encouraging competition and innovation in the delivery of government services. Federal grants usually aim to assist qualifying entities in accomplishing designated objectives, which may range from research to infrastructure development. In general, understanding the framework and requirements of RFPs and grants is critical for applicants seeking federal or state funding. These documents outline eligibility criteria, application processes, funding limits, and project expectations, all of which are designed to ensure that public funds are allocated effectively and transparently. Overall, while specific details from the document cannot be summarized due to accessibility issues, its relevance lies in the overarching mechanisms of funding and project proposals within the governmental landscape.
    The document titled "Lessor's Annual Cost Statement" serves as a standardized form for property lessors to detail their estimated annual costs for services, utilities, and ownership associated with federal leases. It outlines required information on building specifications, such as rental area, building name and address, and service costs, including cleaning, heating, electrical, and maintenance expenses. Lessors must provide a detailed breakdown of annual costs for the entire building and the portion rented by the government, along with total estimates for ownership costs, such as taxes, insurance, and management fees. The form emphasizes the importance of aligning rental charges with community standards and requires lessors to certify the accuracy of their estimates. To ensure completeness, sections cover various categories of expenses, enabling the General Services Administration (GSA) to assess fair market value. Given its context in federal RFPs and grants, this document plays a critical role in establishing transparent financial accountability and facilitating informed decision-making in government leasing agreements.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation for office buildings as part of federal leasing processes. It details two evaluation parts: Part A, for spaces below the 6th floor, completed by the offeror or representative, and Part B, for floors six and above, requiring a professional engineer. Compliance with the latest building and fire codes, particularly the National Fire Protection Association (NFPA) standards, is mandated. Key requirements include assessments of automatic fire sprinkler and alarm systems, emergency lighting, exit signage, and means of egress. Part B necessitates a comprehensive report from a licensed fire protection engineer that includes inspections and recommendations for compliance with safety standards. The evaluation also requires identification of hazardous areas, occupancy classifications, and the status of fire alarm systems and elevators. The overarching purpose of this document is to ensure that offered spaces meet the necessary fire safety criteria before government acceptance, highlighting the importance of safety and regulatory compliance in federal lease agreements.
    The document outlines instructions and forms related to seismic compliance for government buildings under the RP 8 standards. It specifies that Offerors must submit several forms pre- and post-award, completed by either the Offeror or their engineer, to affirm compliance. Forms A and B focus on evaluating benchmark and existing buildings, while Forms C (retrofitting or new construction), D (exemptions), E (retrofitted buildings), and F (new buildings) detail necessary commitments and certifications by licensed engineers. Each form requires specific supporting documentation and adherence to standards like ASCE/SEI 31 and 41. The document emphasizes the importance of compliance with seismic safety standards for federally owned or leased properties, ensuring that buildings can withstand seismic events based on their location and construction characteristics. This structured approach aligns with federal and local RFP requirements for the safety of public infrastructure.
    The document outlines a representation requirement for Offerors regarding the provision of certain telecommunications and video surveillance services or equipment in federal contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It emphasizes that Offerors must declare whether they provide or use covered telecommunications equipment or services, which could present national security risks. Sections detail the specific prohibitions on contracts involving such equipment and the necessary disclosures if Offerors affirm their involvement with covered equipment or services. These disclosures include identifying the equipment manufacturers, descriptions, and explanations of use. Offerors must also check against excluded parties listed in the System for Award Management (SAM). This representation aims to ensure that government procurement processes do not involve potentially compromised telecommunications technologies, reinforcing national defense and security priorities.
    Lifecycle
    Similar Opportunities
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG00 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Columbus, Mississippi, under Request for Lease Proposals (RLP) 25REG00. The GSA requires a minimum of 2,878 and a maximum of 2,950 ABOA square feet of contiguous, above-ground office space for a lease term of 10 years, with a 5-year firm commitment. This space will serve as a Taxpayer Assistance Center (TAC) and must meet specific requirements, including proximity to public parking and compliance with various federal standards. Interested offerors should contact James Cunningham at james.cunningham@gsa.gov or 404-368-0335, or Danilo J. Galan at danilo.galan@gsa.gov or 954-233-9249 for further details. Proposals must be submitted through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #24-REG00 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Oxford, Mississippi, under Request for Lease Proposals (RLP) 24-REG00. The GSA requires a minimum of 3,205 to a maximum of 3,500 ABOA square feet of contiguous, above-ground office space for a lease term of 10 years, with a 5-year firm commitment. This procurement is critical for accommodating the Internal Revenue Service (IRS) and includes specific requirements such as assigned parking for government vehicles, the installation of a radio antenna, and compliance with various federal standards. Interested offerors should contact James Cunningham at james.cunningham@gsa.gov or Danilo J. Galan at danilo.galan@gsa.gov for further details, and must submit their offers through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    Request for Office Space 9MS2109 Oxford MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Oxford, Mississippi, under the presolicitation notice titled "Request for Office Space 9MS2109 Oxford MS." The GSA requires a minimum of 4,340 square feet and a maximum of 4,740 square feet of office space, with specific stipulations regarding location, security, and accessibility, including a requirement for secured parking for government vehicles and restrictions on nearby facilities. This procurement is essential for accommodating government personnel and ensuring compliance with safety and accessibility standards, with expressions of interest due by July 19, 2023, and an estimated occupancy date of August 31, 2025. Interested parties should contact James Cunningham at james.cunningham@gsa.gov or 404-368-0335 for further details.
    General Services Administration (GSA) seek to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Greenville, South Carolina, under Request for Lease Proposals (RLP) No. 3SC0184. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. This procurement is essential for accommodating federal operations and ensuring compliance with federal regulations, including environmental assessments and seismic safety standards. Proposals are due by November 6, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4LA0288
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office, lab, and storage space in Baton Rouge, Louisiana, under Solicitation No. 4LA0288. The required space must range from 27,000 to 29,700 square feet, designed for a single tenant in a modern building that meets specific construction and accessibility standards, including 24/7 access and a weather-protected loading area. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations, including fire safety and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with market surveys anticipated in November 2024 and projected occupancy around October 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    U.S. Government General Services Administration (GSA) Seeks to Lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greenbelt, Maryland, with specific requirements for the space to meet government standards. The desired location must provide between 3,279 and 3,440 square feet of office space, including one reserved parking space, and must comply with fire safety, accessibility, seismic, and sustainability standards. This procurement is crucial for accommodating government operations, and interested parties should submit expressions of interest by October 24, 2024, with an estimated occupancy date of March 1, 2025. For further inquiries, contact Gregory Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25-REG04 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Miami Lakes, Florida, under Request for Lease Proposals (RLP) 25-REG04. The government requires a minimum of 1,862 and a maximum of 2,141 ABOA square feet of office space, with a lease term of 10 years and an 8-year firm period, commencing on May 9, 2025. This procurement is crucial for accommodating federal operations and ensuring compliance with various standards, including fire safety and seismic regulations. Interested offerors should contact Larry Wanser at laurence.wanser@gsa.gov or Dan Galan at danilo.galan@gsa.gov for further details, and must submit their offers during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website.
    General Services Administration (GSA) seeks to lease space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Nashville, Tennessee, under Solicitation Number RLP 4TN0320. The required space must be between 2,349 and 2,701 square feet, located on the second floor or higher, and must meet specific government standards for fire safety, accessibility, seismic compliance, and sustainability. This procurement is crucial for accommodating government operations in a modern facility that is accessible to public transportation and parking. Interested parties must submit their offers electronically by November 8, 2024, and can direct inquiries to Melissa Hein at melissa.hein@gsa.gov or Tyrekca Scott at tyrekca.scott@gsa.gov for further assistance.