7NC2156-R1-The US Government Seeks to Lease Office and Related Space in Charlotte, NC
ID: 7NC2156-R1Type: 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 proposals to lease office and related space in Charlotte, North Carolina, under Request for Lease Proposal (RLP) No. 7NC2156-R1. The procurement requires a minimum of 21,612 and a maximum of 22,260 ABOA square feet of contiguous office space, with a lease term of 15 years, including a 10-year firm period. This space is essential for accommodating government operations and must comply with federal standards for safety, accessibility, and sustainability, including seismic and fire safety requirements. Interested parties must submit their offers electronically by January 9, 2026, with occupancy anticipated in Summer 2027. For further inquiries, contact Lease Contracting Officer Jessica Herring at jessica.herring@gsa.gov or Broker Robert Brunton at robert.brunton@gsa.gov.

    Files
    Title
    Posted
    GSA Request for Lease Proposals (RLP) No. 7NC2156-R1 in Charlotte, NC, seeks proposals for 21,612 to 22,260 ABOA square feet of contiguous, modern office space with a 15-year lease term (10 years firm). Offers are due by January 9, 2026, 5:00 PM EST, and must be submitted via the Requirement Specific Acquisition Platform (RSAP). Key requirements include 12 secured parking spaces, potential roof access for antennas, and compliance with various federal standards such as seismic safety, asbestos, accessibility, fire protection, and energy efficiency (ENERGY STAR® label). Offerors must provide detailed pricing, financial commitments, proof of ownership or control, zoning compliance, and a comprehensive set of architectural plans. The RLP also outlines specific instructions for broker commissions and outlines the evaluation criteria for award, focusing on price and adherence to all stated requirements.
    The document "7NC2156- R1 Charlotte, NC Delineated Area Map" defines the central business district (CBD) of Charlotte, North Carolina. The delineated area is precisely bordered by US 277 on all four sides: North, East, South, and West. This information is crucial for federal government RFPs, federal grants, and state and local RFPs, as it provides a clear geographical reference for projects or initiatives focused on the Charlotte CBD. The consistent use of US 277 as the boundary marker simplifies the identification of the target area for various government-related activities.
    This government file outlines a lease agreement (GS-04P-LNC01019) between a Lessor and the United States of America, acting through the General Services Administration (GSA). The lease is for a period of 15 years, with a 10-year firm term, for office and related space. Key provisions include rent and other consideration details, such as annual rent broken down by shell, operating costs, tenant improvements, building-specific amortized capital (BSAC), and parking. It also addresses broker commissions, government termination and renewal rights, and documents incorporated into the lease. Tenant improvement allowance (TIA) and BSAC are detailed, along with their amortization and adjustment mechanisms. The agreement specifies terms for real estate tax adjustments, operating cost adjustments, and rates for vacant premises and overtime HVAC usage. Sections are dedicated to general terms, construction standards, design, construction, post-award activities, tenant improvement components, and ongoing utilities, services, and obligations during the lease term. Definitions of key contractual and real property terms are provided, ensuring clarity on aspects like ANSI/BOMA standards, rentable square feet, and firm/non-firm lease terms. The document also covers procedures for alterations, change of ownership, and various compliance requirements.
    The U.S. Courts Design Guide, revised in March 2021 by the Judicial Conference of the United States, outlines requirements for designing, constructing, and renovating federal court facilities. Intended for judges, architects, engineers, and court administrators, it provides guidance on building standards, Judiciary policy, and best practices. The guide emphasizes flexibility, cost-effectiveness, and collaboration among stakeholders. It details space standards, adjacency requirements, and technical information across 18 chapters, an appendix of room data sheets, a glossary, and an index. Key topics include courthouse programming, budgetary considerations, courtroom design, jury facilities, judges' chambers, and various court offices. It also addresses building systems, security, acoustics, and alternative workplace strategies. The document acknowledges contributors and provides a summary of revisions, with a focus on cost-containment initiatives like courtroom sharing.
    The document outlines comprehensive security requirements for Facility Security Level II, applicable to federal government RFPs, grants, and state/local RFPs. It details security measures across various facility areas, including entrances, lobbies, common spaces, critical areas, and utility rooms. Key requirements involve implementing Physical Access Control Systems (PACS), securing critical infrastructure with high-security locks, and controlling public access to specific areas. The document also addresses exterior security, landscaping, parking, and strict signage regulations. A significant portion focuses on advanced security systems like Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, mandating their design, installation, maintenance, and regular testing. Cybersecurity is a critical component, prohibiting Lessor's building systems from connecting to federal IT networks and encouraging robust cyber protection measures aligned with DHS ICS-CERT and NIST-CSF guidelines. The Lessor is responsible for providing countermeasures and adhering to a construction security plan, ensuring the protection of government assets and personnel.
    This GSA template outlines solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submission, modifications, revisions, and withdrawals. It defines key terms like “discussions” and “proposal modifications,” and details conditions for accepting late proposals, emphasizing the importance of proper mailing and submission evidence. The document also addresses restrictions on data disclosure, lease award procedures, and post-award debriefings. Furthermore, it specifies requirements for parties executing leases, procedures for serving protests, guidelines for facsimile proposals, and mandates registration in the System for Award Management (SAM) with unique entity identifiers. Finally, it incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA) regarding prohibited covered articles or sources, requiring offerors to represent compliance or disclose non-compliance with FASCSA orders.
    The GSA Template 3517B (REV 02/25) outlines the general clauses for the acquisition of leasehold interests in real property by the government. This comprehensive document categorizes 56 clauses into sections such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key aspects include definitions, subletting and assignment, Lessor default conditions and government remedies, inspection rights, property maintenance, fire and casualty damage, compliance with applicable laws, alterations, and acceptance of space. Payment clauses cover prompt payment, electronic funds transfer, and adjustments for square footage. The template also details ethical conduct, anti-kickback procedures, drug-free workplace requirements, and various small business utilization and subcontracting mandates. Cybersecurity provisions address safeguarding information systems, personal identity verification, and prohibitions on specific hardware, software, and telecommunications equipment from covered entities. The document ensures clarity on obligations, rights, and compliance for both lessors and the government in leasing agreements.
    The document states that Adobe Reader 8 or higher is required to view its contents, indicating that the user's current viewing environment is not properly configured or lacks the necessary software. It directs users to a specific Adobe website for instructions on how to install Adobe Reader and configure their viewing environment. This suggests the document is likely a federal RFP, federal grant, or state/local RFP, which commonly use PDF formats and require specific software for access and interaction.
    The GSA Form 12000, "PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR AN OFFICE BUILDING," outlines requirements for evaluating fire protection and life safety in office buildings for federal government leasing. It is divided into two parts based on the proposed offered space's floor level. Part A, for spaces below the 6th floor, requires the Offeror to complete a series of short answer and yes/no questions on general building information, fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators. Part B, for spaces on or above the 6th floor, mandates a detailed narrative report from a licensed fire protection engineer. This report requires a comprehensive evaluation of the entire building, including a walk-through, review of maintenance records, and detailed analysis of various fire safety aspects, such as occupancy classifications, building construction, vertical openings, means of egress, automatic fire suppression systems, fire alarm systems, and elevators. Both parts emphasize compliance with the most recent building and fire codes and NFPA standards, with specific egress requirements based on NFPA 101. The form highlights the importance of identifying deficiencies, recommending corrective actions, and ensuring all required work is completed before the government accepts the space.
    The document outlines six seismic compliance forms (A-F) for federal government lease proposals, covering existing, retrofitted, and new buildings, along with exemptions. These forms ensure buildings meet seismic safety standards like ASCE/SEI 31, ASCE/SEI 41, and ICSSC RP 8. Forms A-D are pre-award, requiring engineers or offerors to certify compliance or commit to retrofitting/new construction, or claim an exemption. Forms E-F are post-award, for engineers to certify compliance of retrofitted or new buildings before occupancy. The document defines key terms and provides instructions for each form, emphasizing the role of licensed engineers in seismic evaluations and certifications to ensure the safety and structural integrity of federally leased or owned buildings.
    The document, “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),” outlines prohibitions on federal agencies from procuring or using covered telecommunications equipment or services, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It defines key terms like “covered telecommunications equipment or services” and details restrictions on executive agencies from August 13, 2019, and August 13, 2020. Offerors must review the System for Award Management (SAM) for excluded entities and disclose if they will provide or use such equipment/services, including detailed information on the equipment, services, and proposed use. Exceptions are provided for services that connect to third-party facilities (e.g., backhaul, roaming) and equipment that cannot route or redirect user data traffic or permit visibility into user data.
    This document is a Commission Agreement between a Lessor and Savills Inc. (Broker) concerning the lease of office space to the United States of America, acting through the General Services Administration (Tenant), under Request for Lease Proposal No. 7NC2156. The agreement outlines a 4.0% commission based on the "Aggregate Lease Value" for the initial non-cancelable term of the lease. The commission is payable in two installments: half upon lease execution and the remainder upon Tenant's occupancy or lease commencement. The Aggregate Lease Value includes full-service rental, base operating costs, real estate taxes, and amortization of tenant improvements, but excludes rental abatements (other than Commission Credit), operating expense escalations, additional service payments, and commissions on option periods. A portion of the commission will be applied as a credit to the Tenant's shell rent. The agreement also includes clauses on indemnification for brokerage claims, confidentiality, limitations of liability, and legal recourse for disputes.
    Similar Opportunities
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA for further details.
    U.S. Government Seeks to Lease Office and Other Related Space in Charlottesville, Virginia
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlottesville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0782. The agency requires a minimum of 5,100 and a maximum of 6,180 ABOA square feet of contiguous office space, with a lease term of 10 years, including a 5-year firm term and a 5-year option term. This space is essential for accommodating federal operations and must meet specific government standards for safety, accessibility, and sustainability, while also ensuring compliance with co-housing restrictions and floodplain regulations. Interested offerors must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) by 4:00 PM EST on December 12, 2025, with occupancy anticipated in November 2027. For further inquiries, contact Nicholas Dippel at nicholas.dippel@gsa.gov or by phone at 267-496-5427.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    GSA seeks to stay in place if alternate not possible
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office and warehouse space under Solicitation No. 2VA0898, located in Chantilly, Virginia. The GSA requires between 6,000 and 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet, and specific features such as parking for two automobiles and at least one loading dock. This procurement is crucial for supporting government operations in close proximity to Dulles International Airport, ensuring compliance with federal regulations regarding accessibility, fire protection, and energy efficiency. Proposals are due by December 12, 2025, and interested parties should contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov for further information.
    GSA seeking 89,595 - 92,310 ABOA in Chicago, IL - Leasing Portal (RLP 25REG05)
    Buyer not available
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Chicago, IL, with a minimum of 89,595 and a maximum of 92,310 ABOA square feet. The procurement aims to secure a location that meets specific requirements, including a loading dock, freight elevator access, and the capability to support specialized telecommunications infrastructure, among other unique agency needs. This opportunity is critical for accommodating government operations and ensuring compliance with federal standards for safety and efficiency. Interested offerors can submit proposals through the GSA Leasing Portal, with the open period for submissions running from the 1st to the 7th of each month, and should contact Colleen McGuigan at colleen.mcguigan@gsa.gov or 773-707-3182 for further details.
    Lease of Office Space within Silver Spring, MD
    Buyer not available
    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.
    General Services Administration Office Space Pine Bluff, Arkansas
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    8TN2218 - RLP Package - Nashville, TN
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of office space under Request for Lease Proposal No. 8TN2218 in Nashville, Tennessee. The procurement aims to secure between 34,000 to 35,000 ABOA square feet of fully serviced office space, with specific requirements including secure parking, fiber optic network access, and compliance with environmental, seismic, accessibility, and fire safety standards. This opportunity is critical for accommodating government operations and ensuring compliance with the Energy Independence and Security Act (EISA) and historic preservation regulations. Proposals are due by December 11, 2025, and interested parties should contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further details.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    Buyer not available
    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.