US GOVERNMENT SEEKS TO LEASE OFFICE SPACE IN BLYTHE, CA
ID: 8CA3587Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 LEASING DIVSAN FRANCISCO, CA, 94102, 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 office space in Blythe, California, specifically requiring a minimum of 1,658 square feet of office space within the city limits. The leased facility must accommodate USDA NRCS customers, including provisions for oversized trucks with trailers, and adhere to various government standards for fire safety, accessibility, seismic safety, and sustainability. This procurement is crucial for ensuring that federal operations can be conducted efficiently and securely in the region. Interested parties must submit their offers electronically by January 31, 2025, with an estimated occupancy date of October 1, 2025. For further inquiries, contact Michael Cervantes at michael.cervantes@gsa.gov.

    Point(s) of Contact
    Michael Cervantes
    michael.cervantes@gsa.gov
    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 8CA3587 seeks offers for leasing office space in Blythe, CA, due by January 31, 2025. The RLP outlines specific requirements for the lease proposal, which includes a modern building within city limits, a minimum of 1,658 square feet, and dedicated parking for USDA NRCS customers. The RLP contains essential documents, evaluations, and conditions for proposal submission, emphasizing compliance with seismic safety, energy efficiency (preferably with an ENERGY STAR label), and architectural standards. The selection process will favor historic properties and require demonstration of financial capability, zoning compliance, and proof of ownership or control of the property. Offerors must submit detailed cost documents using the provided forms, which will determine the final lease payments based on various factors. The RLP sets a formal process for communication and proposal evaluation, advising against amendments that do not meet government requirements. This initiative demonstrates the GSA's efforts to secure appropriate and efficient leased spaces while ensuring regulatory compliance and sustainability in federal property management.
    The document outlines Lease No. GS-09P-LCA03401 between the Government and a lessor, establishing terms for leasing office space. Key provisions include a 10-year lease term with a 5-year firm period, the commencement date contingent on occupancy acceptance, and specific details regarding rent structures, which include shell rent, operating costs, and tenant improvement allowances, alongside possible free rent components. The lease mandates the government's rights to make alterations and specifies responsibilities concerning construction standards and building improvements, ensuring compliance with safety regulations and aesthetic considerations. Other essential elements include termination and renewal rights, operating cost adjustments, and requirements for parking, utilities, and maintenance. The document serves as a guideline for negotiating and finalizing a lease agreement, emphasizing the need for compliance with governmental standards in public building use. It reflects the structured approach taken in federal real estate transactions, ensuring clarity and coordination between the involved parties while maintaining adherence to established regulations and code compliance.
    The government solicitation document, Solicitation No. 8CA3587, outlines the specific requirements for a facility to be leased by the USDA NRCS in Blythe, CA. The requirements include the provision of various spaces such as parking, lobby, private offices, consultation rooms, conference rooms, a break room, secure storage, and an open office area, each with detailed specifications for size, layout, and essential features like electrical outlets and sound ratings. Key features include physical security requirements such as a hardened customer service counter, intrusion detection systems, emergency lockdown capabilities, and access control measures. Additionally, the lessor is responsible for certain tenant improvement costs, excluding others that must be included in the shell rent. The document establishes a thorough framework ensuring compliance with local codes, security, and accessibility standards, emphasizing the agency's operational needs. This solicitation reflects a government effort to procure a facility that meets agency-specific needs while ensuring public safety and efficient service delivery.
    The document outlines security requirements for federal leased facilities, categorized under Security Level I. It establishes guidelines for access control, critical areas, visitor identification, and interior security measures. Key features include entity coordination with the Federal Protective Service (FPS) for physical access control systems, restricting access to designated critical areas, and implementing a formal key control program. Security involves controlling access to common spaces and managing visitor entry methods, particularly after hours. The document also addresses cybersecurity, prohibiting lessors from connecting building systems to federal IT networks and recommending adherence to best practices for managing cyber risks. Lessors must cooperate with the Facility Security Committee (FSC) and ensure emergency plans are available. Comprehensive testing of security systems is mandated, along with structured landscaping to deter concealment around the facility. These measures aim to enhance safety protocols in alignment with federal regulations, reinforcing the importance of maintaining secure environments in government facilities.
    This document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It serves as guidance for offerors on the submission, modification, and revision of proposals, emphasizing the importance of adhering to specific protocols for timing and completeness. Key definitions are provided to clarify terms related to proposal submissions, including “discussions,” “proposal modifications,” and “proposal revisions.” The document details the procedures for late proposals, proposal withdrawals, and the implications of emergency situations affecting submission timelines. Additionally, it highlights the need for offerors to register in the System for Award Management (SAM) before receiving contract awards, ensuring compliance throughout the contract duration. Specific provisions are also included regarding the execution of leases, indicating how different entity types (individuals, corporations, partnerships) should sign leases, along with necessary documentation. Furthermore, the impact of floodplain considerations on award eligibility is mentioned, alongside the confidentiality of proprietary data. Overall, the document is structured to ensure a clear understanding of governance in submitting offers, compliance, and evaluation criteria, reinforcing the government's commitment to fair procurement processes in real estate leasing.
    The document outlines general clauses related to the lease acquisition of real property for federal government needs, specifically addressing the Government's rights and Lessor's responsibilities. It includes key provisions such as maintenance requirements, inspection rights, and definitions drawn from federal regulations. Notable clauses cover property maintenance (GSAR 552.270-6), which mandates the Lessor to keep premises in good repair, and stipulations for fire and casualty damage (GSAR 552.270-7), detailing scenarios for lease termination or repair obligations. The document emphasizes compliance with applicable laws (GSAR 552.270-8) and safeguards for contractor information systems (FAR 52.204-21). It also addresses payment terms based on actual usable square footage (GSAR 552.270-20) and outlines processes for changes in lease agreements (GSAR 552.270-14). The comprehensive integration of clauses ensures that both the Lessor and the Government have clearly defined rights, obligations, and procedures, fostering compliance and operational integrity in federal real estate transactions while upholding safety and legal standards. This structure serves important functions in federal Request for Proposals (RFPs) and leasing arrangements by ensuring equitable conditions for both parties involved.
    The file intended for review appears to be non-functional, as it displays an error message related to PDF content rendering. Without accessible content, no specific details, key ideas, or structural elements can be identified. The document's context is related to federal government RFPs, federal grants, and state and local RFPs, which typically encompass funding opportunities, project outlines, and requirements for proposals. Such documents usually serve to inform potential vendors about available grants and solicit proposals for government projects, detailing eligibility, submission guidelines, and evaluation criteria. Consequently, without the actual content, the summary cannot capture any substantive information regarding the intended RFPs or grants, leaving the main topic and purpose unaddressed. Further investigation into the file may be necessary to provide a comprehensive analysis.
    The Lessor's Annual Cost Statement, managed by the General Services Administration (GSA), serves to detail the estimated annual costs of services, utilities, and ownership related to leased government properties. It requires lessors to provide comprehensive cost estimates for various services, including cleaning, heating, electrical, plumbing, and maintenance, differentiated for both the entire building and government-leased areas. The document emphasizes the necessity for lessors to maintain transparency and accuracy in their estimates, which will assist the government in determining fair rental charges in accordance with prevailing community scales. Included instructions guide lessors on how to calculate rentable areas and specify the expected types of expenses, such as real estate taxes, insurance, and management costs, which contribute to the overall assessment of leased properties. A certification section ensures the reported figures reflect the best estimate of costs. This structured approach allows for a standardized understanding of leasing proposals, ultimately promoting accountability and fair market assessment in government leasing processes.
    The General Services Administration (GSA) file outlines the requirements for a fire protection and life safety evaluation for office buildings proposed for leasing. The document consists of two parts: Part A and Part B, catering to spaces located below and above the 6th floor, respectively. Part A must be filled out by the Offeror or their representative and includes basic building information and compliance assessments with local building and fire codes, specifically regarding automatic fire sprinkler and fire alarm systems, exit signs, emergency lighting, and elevator safety features. Part B necessitates a comprehensive assessment by a licensed fire protection engineer for spaces on the 6th floor or higher, including a detailed narrative report that evaluates fire safety conditions, occupancy classifications, building construction types, means of egress, and fire suppression systems. The engineer must identify any code violations and recommend corrective actions while ensuring a valid report is filed with GSA's regional offices. This document reflects the GSA's commitment to ensuring the safety and compliance of government-leased office spaces, instilling strict adherence to fire safety standards and regulations while mitigating risks associated with building occupant safety.
    The Seismic Form A certifies that a designated engineer conducted a seismic evaluation of a specified building, affirming that it qualifies as a Benchmark Building as outlined in ASCE/SEI 31, Table 1-1. The document requires detailed information about the building, including its ASCE building type, number of stories, approximate area, design code, and construction year. To validate the evaluation, the engineer must provide their professional credentials, including name, firm, contact information, license number, issuing state, and expiration date. This certification process is essential for ensuring compliance with seismic design standards, which can influence funding opportunities in government RFPs and grants focused on infrastructure resilience and safety. As such, this document plays a crucial role in meeting regulatory requirements and enhancing public safety in building projects.
    The Seismic Form B is a Certificate of Seismic Compliance for existing buildings, necessary for affirming that a qualified engineer has evaluated a specified structure's seismic performance. The document requires details about the building including its ASCE Building Type, number of stories, approximate area, design code, and years of design and construction. The engineer must assess the building using the ICSSC RP 8 standards, choosing between Tier 1, Tier 2, Tier 3 evaluations, or another method, with the evaluation's documentation attached. The engineer must conclude if the building meets the Life Safety Performance Level, indicated by checking the corresponding box. Essential information captured in this form includes the engineer's name, firm, contact details, and license information, underscored by the need for tangible documentation regarding structural, nonstructural, geological site hazards, and foundation issues. This form serves to ensure federal compliance with seismic safety regulations for buildings owned or leased by the government. It plays a crucial role in RFPs and grants related to building safety and infrastructure reliability.
    The file outlines pre-award commitments related to seismic safety for either retrofitting an existing building or constructing a new one as part of a federal Request for Lease Proposals (RLP). Part 1 details the commitment to retrofit a building, requiring the appointed engineer to design the retrofit according to ASCE/SEI 41 standards, ensuring adherence to the Basic Safety Objective. The submission must include a Tier 1 report, supporting documents, and a timeline for completion to demonstrate compliance with seismic standards before the award. Part 2 addresses commitments for constructing a new building, specifying adherence to the latest edition of relevant building codes. This section includes the preparation of a quality assurance plan covering testing and inspection, and periodic structural oversight. Key building attributes, such as type, height, area, and design code details, must be documented. Overall, this document emphasizes the importance of engineering oversight and compliance with safety standards in federal construction and retrofit projects, ensuring public safety and structural integrity in buildings. The structure includes two main parts dedicated to retrofit and new construction commitments, demonstrating the thorough process required for safety assurance in government-funded projects.
    The document presents a representation form that allows an offeror to claim exemption from seismic standards outlined in RP 8 for a building leased to the Federal Government. Two primary conditions under which the exemption applies are specified: first, when the building is situated in a medium seismicity area with less than 10,000 ABOA square feet; and second, when located in a high to very high seismicity area, but is a one-story building constructed of steel light frame or wood, with less than 3,000 ABOA square feet. The form requires the offeror to sign and provide the name of the signer, confirming eligibility for exemption based on these criteria. This document is critical within the context of government RFPs, as it facilitates compliance with safety standards while allowing flexibility in building specifications based on seismic risk assessments. The form streamlines the process for federal lease agreements, ensuring that only those buildings that are truly exempt submit claims for such exclusions, thus maintaining safety standards while acknowledging practical limitations.
    This document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, linked to the John S. McCain National Defense Authorization Act, prohibiting federal procurement involving covered telecommunications equipment or services. It requires offerors to disclose if they provide such technologies as part of their offerings to the government, emphasizing compliance with federal regulations. Key components include: 1. Definitions and prohibitions on using covered telecommunications for federal contracts. 2. Offerors must represent whether they will or will not provide covered equipment/services and disclose relevant details if they indicate that they will. 3. Procedures for checking the System for Award Management (SAM) for entities excluded due to these regulations. 4. Specific disclosure requirements based on offerors’ representations, including detailed information about the source and nature of any covered telecommunications equipment or services offered. The purpose of this document is to ensure that any equipment or services procured by the government are free from potential security risks associated with certain telecommunications technologies, reinforcing national security measures in federal contracting.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease office space in Los Angeles, CA and surrounding communities
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Los Angeles, CA, and surrounding communities. The procurement aims to identify suitable nonresidential buildings that meet the agency's operational needs, with specific geographical boundaries outlined in the Delineated Area Map. This initiative is crucial for supporting federal and local governmental activities related to urban planning and development initiatives within the defined area. Interested parties can contact Michael Elson, Broker Contractor at Carpenter/Robbins Commercial Real Estate, Inc., via email at Michael.D.Elson@gsa.gov or by phone at (913) 265-4309 for further details.
    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.
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.
    Amended: 1NV2064 -General Services Administration (GSA) Request for Lease Proposal approximately 2,801 ABOA SF of office space in Carson City, NV
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 2,801 to 3,600 ABOA square feet of office space in Carson City, Nevada, under Request for Lease Proposals (RLP) No. 1NV2064. The leased space must meet specific requirements, including modern construction standards, security measures compliant with HSPD-12, and provisions for 24/7 HVAC for a LAN room, among other features. This procurement is crucial for accommodating federal operations while ensuring compliance with safety, accessibility, seismic, and sustainability standards. Interested offerors must submit their proposals electronically by November 6, 2023, with the goal of occupying the space by October 1, 2024. For further inquiries, potential bidders can contact Charles Chambers or Guadalupe Flores via their provided emails.
    Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #25-REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Ontario, California, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires a minimum of 3,000 and a maximum of 3,500 ABOA square feet of office space, with specific requirements for secured parking, loading facilities, and compliance with federal regulations, particularly for the Food and Drug Administration (FDA) operations. This opportunity is critical for supporting the FDA's mission, ensuring that the leased space meets stringent security and operational standards. Interested offerors should contact Mike Phillips at mike.phillips@gsa.gov or call 213-479-7653 for further details, and proposals must be submitted through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, California. The procurement requires between 16,219 and 19,279 ANSI/BOMA square feet of contiguous space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with modern building standards and seismic safety regulations. This opportunity is critical for ensuring functional and secure facilities for judicial operations, reflecting the government's commitment to maintaining effective court infrastructure. Proposals are due by February 16, 2024, and interested parties should contact Lease Contracting Officer William J. Fletcher at William.Fletcher@gsa.gov or (602) 282-1642 for further details.
    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.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.
    General Services Administration (GSA) seeks to lease the following space: Laredo, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Laredo, Texas, through its Public Buildings Service. The procurement aims to secure a suitable location for federal operations, emphasizing the need for compliance with specific leasing requirements under the NAICS code 531190, which pertains to lessors of other real estate property. This opportunity is critical for ensuring that government agencies have access to functional and efficient office environments to support their missions. Interested parties can reach out to Michael Noye at michael.noye@gsa.gov or 817-201-9326, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details.
    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.