Presolicitation Notice No. 8TN2218, Nashville, TN
ID: 8TN2218_1Type: Presolicitation
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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA Request for Lease Proposals No. 8TN2218 in Nashville, TN, due December 11, 2025, outlines instructions and requirements for leasing 34,000 to 35,000 ABOA square feet. The RLP details space specifications, including secure parking and potential antenna space, and defines a specific area of consideration. Key requirements include accommodating varied ceiling heights, fiber optic network access, and restrictions on co-location with certain retail uses. Proposals must adhere to strict environmental, seismic, accessibility, and fire safety standards, and comply with the Energy Independence and Security Act (EISA) and historic preservation regulations. Offerors must submit proposals electronically via the Requirement Specific Acquisition Platform (RSAP) and provide comprehensive pricing, financial commitments, proof of ownership, and signing authority. The RLP emphasizes a fully serviced lease, with rent based on a proposed rate per rentable square foot, including tenant improvements and building-specific amortized capital. The Government will award the lease to the offeror providing the best value, subject to all stated conditions and an operating lease treatment under OMB Circular A-11, Appendix B.
    The General Services Administration (GSA) is seeking lease proposals for office and courtroom space in Nashville, TN. The required space ranges from 34,000 to 35,000 ABOA square feet, with specific ceiling height requirements for a portion of the space. The lease term is 17 years, with a 15-year firm term, and includes a need for 10 secured parking spaces on-site. The solicitation outlines detailed requirements regarding space configuration (no irregular shapes or co-location with certain businesses), building quality, accessibility (elevators, transit, and public parking), and adherence to fire safety, accessibility, seismic, and sustainability standards. Additionally, the space must not be in a 100-year floodplain. Submissions of interest are due by August 28, 2025, and must include owner information, building specifications, site plans, and proposed rental rates. The GSA also emphasizes compliance with Section 889 of the FY19 National Defense Authorization Act concerning telecommunications prohibitions.
    This government lease agreement (GS-04P-LTN01708) between a Lessor and the United States of America (Government) outlines terms for leasing premises for 17 years, with a 15-year firm term. The lease details rent, operating costs, tenant improvements (TIA), and building-specific amortized capital (BSAC), with provisions for adjustments based on mutual measurements and final costs. It includes clauses for termination rights, broker commissions, and the incorporation of various exhibits and general clauses. The document also defines terms like "Rentable Square Feet" and "ABOA," and addresses responsibilities for alterations, real estate tax adjustments, vacant premises, and comprehensive construction standards for shell components and tenant improvements. It further outlines utility, service, and maintenance obligations, including environmental and safety requirements, throughout the lease term.
    This government file outlines comprehensive security requirements for Facility Security Level III, applicable to federal government RFPs, federal grants, and state/local RFPs. It details measures for facility entrances, common areas, government-controlled spaces, and building exteriors, including landscaping and parking. Key requirements cover physical boundaries, magnetometers, X-ray machines, and secure access for critical areas and utilities. The document specifies the installation and maintenance of Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, along with structural enhancements like shatter-resistant windows and emergency generator protection. Cybersecurity protocols prohibit connecting building control systems to federal networks and mandate immediate reporting of incidents, emphasizing best practices for cyber protection. The Lessor is responsible for many of these provisions, with costs subject to negotiation and maintenance included in operating rent.
    This government solicitation outlines comprehensive instructions for offerors submitting proposals for leasehold interests in real property. It defines key terms, details procedures for proposal submission, modification, revision, and withdrawal, and addresses policies for late submissions. The document also specifies requirements for handling amendments, restrictions on data disclosure, and criteria for lease awards, including government rights to reject proposals or waive minor irregularities. Furthermore, it outlines execution requirements for leases by various entity types (individuals, partnerships, corporations, joint ventures), and procedures for serving protests. Essential administrative requirements include the option for facsimile proposals, mandatory registration in the System for Award Management (SAM) with unique entity identifiers, and compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders, including disclosure of any non-compliant covered articles or sources.
    This government file, GSA Template 3517B – REV (02/25), outlines General Clauses for the Acquisition of Leasehold Interests in Real Property, applicable to federal government RFPs, grants, and state/local RFPs. It details 56 clauses categorized into General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key provisions cover definitions, subletting, Lessor default, Government inspection rights, property maintenance, fire/casualty damage, compliance with laws, alterations, and space acceptance. Payment terms address prompt payment, electronic funds transfer, and adjustments for under-delivered space. Standards of Conduct include business ethics, anti-kickback procedures, and drug-free workplace policies. Cybersecurity clauses prohibit certain hardware, software, and telecommunications equipment, and mandate safeguarding covered contractor information systems. The document emphasizes legal compliance, accountability, and the government's rights and remedies in leasing agreements.
    The provided document is a technical notice indicating that the file requires Adobe Reader 8 or higher for viewing. It states that the user may not have the necessary software installed or their viewing environment may be incorrectly configured. The document directs users to a specific Adobe website (http://www.adobe.com/go/pdf_forms_configure) for instructions on how to install Adobe Reader and properly configure their viewing environment. This notice is a prerequisite for accessing the actual content, which could be a government RFP, federal grant application, or state/local RFP, and emphasizes the technical requirements for interacting with government-related digital documents.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government lease acquisitions, ensuring rental charges align with prevailing market rates. It requires lessors to detail estimated annual costs for services, utilities, and ownership for both the entire building and the government-leased area. Section I covers operational costs like cleaning, heating, electricity, plumbing, air conditioning, and elevators, requiring breakdowns for salaries, supplies, and maintenance. Section II addresses ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. This form, with an OMB Control Number 3090-0086 and an expiration date of 1/31/2026, aims to provide transparency and justify rental considerations, supporting the government's fair market value determination for leased spaces.
    The General Services Administration's GSA Form 12000, "Prelease Fire Protection and Life Safety Evaluation for an Office Building," mandates a comprehensive assessment of fire protection and life safety systems in buildings proposed for government lease. The form is divided into two parts based on the offered space's floor level. Part A, completed by the Offeror for spaces below the 6th floor, covers general building information and a series of yes/no/N/A questions on fire sprinklers, alarms, exit signs, emergency lighting, and elevators. Part B, required for spaces on or above the 6th floor, must be completed by a licensed professional fire protection engineer. It requires a detailed narrative report, including a building walk-through and review of maintenance records, addressing specific items such as general information, 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, including NFPA 101 Life Safety Code, and adherence to specific egress requirements. Deficiencies must be identified with code references and recommended corrective actions. The engineer's report must include findings, recommendations, and code references, and an Offeror's Statement of Correction is required for any non-compliant spaces.
    The "Security Unit Price List (Level III)" is a government document detailing a comprehensive list of security countermeasures for leased spaces, categorized into facility entrances, interior government spaces, site and exterior, security systems, structure, operations, administration, and cybersecurity. It serves as a guide for lessors to quote unit prices for security enhancements identified in lease agreements, as reflected in design and construction documents. The document clarifies which items are priced by unit, those "Priced in Shell," "Priced in Tenant Improvements," or "Government Provided," distinguishing between costs covered by the Building Specific Amortized Capital (BSAC) and those handled elsewhere. It emphasizes that unit costs are subject to negotiation and instructs leasing specialists on adjusting the spreadsheet to match security section paragraphs, ensuring alignment with security standards and proper cost allocation.
    The document outlines the "Foreign Ownership and Financing Representation for High-Security Leased Space" clause (GSAR 552.270-33 JUN 2021), requiring offerors, lessors, and novation transferees to disclose foreign ownership and financing. It defines key terms like "foreign entity," "foreign person," "immediate owner," and "highest-level owner." Offerors/Lessors must complete this representation at proposal submission and annually thereafter, or when novating a lease. The form requires details on immediate and highest-level owners, including legal names, unique entity identifiers, and whether they are foreign entities or persons. It also mandates disclosure of foreign involvement in financing, requiring similar details for any foreign financing entities. The purpose is to ensure transparency regarding foreign interests in high-security leased spaces within government contracts.
    This government file outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" (FAR 52.204-24), a crucial provision for federal government solicitations. It prohibits executive agencies from procuring or extending contracts for equipment, systems, or services that use "covered telecommunications equipment or services" as a substantial component or critical technology. The prohibition, enacted in phases from August 2019 and August 2020 by the John S. McCain National Defense Authorization Act for Fiscal Year 2019, applies regardless of whether the use is for a federal contract. Offerors must declare if they will provide or use such equipment/services, and if so, provide detailed disclosures, including entity information, equipment/service descriptions, and an explanation of their proposed use, as well as checking the SAM excluded parties list. The document emphasizes the need for contractors to ensure compliance with these restrictions.
    This Commission Agreement outlines the terms between a Lessor and Public Properties, LLC (Broker) for the lease of office space to the General Services Administration (Tenant) in Nashville, TN, under Request for Lease Proposal No. 8TN2218. The Broker represents the Tenant, and a commission of four percent (4%) of the "Aggregate Lease Value" for the initial non-cancelable lease term is payable to the Broker upon lease execution. The commission is paid in two installments: one-half upon lease award and the remainder upon Tenant occupancy or lease commencement. The "Aggregate Lease Value" includes full-service rental, base rent, operating costs, real estate taxes, and amortization of tenant improvements and fixed rental escalations. It excludes rental abatements (other than Commission Credit), operating expense/real estate tax escalations, additional services, and payments for option periods beyond the firm term. The agreement addresses adjustments for changes in amortized tenant improvements, indemnification for brokerage claims, confidentiality of financial information, limitations on liability, and outlines the entire agreement, superseding prior understandings. It also includes provisions for legal action costs if a dispute arises.
    The "SEISMIC FORM A CERTIFICATE OF SEISMIC COMPLIANCE" is a crucial document used to certify that a building meets seismic compliance standards, qualifying it as a "Benchmark Building" according to ASCE/SEI 31, Table 1-1. This form is completed by an engineer who has conducted a seismic evaluation. It requires detailed information about the building, including its ASCE Building Type, number of stories, approximate area, building design code and year, and year of construction. The engineer in charge must affix their stamp and signature, providing their name, firm, address, telephone, license number, license state, and expiration date. This certificate is essential for government RFPs, federal grants, and state/local RFPs where seismic compliance is a critical requirement for construction, renovation, or property acquisition projects, ensuring structural integrity and safety.
    The "SEISMIC FORM B CERTIFICATE OF SEISMIC COMPLIANCE" is a crucial document used to certify the seismic evaluation of existing buildings, likely within the context of federal government RFPs for leasing or grants for structural integrity. An engineer in charge assesses a building's seismic compliance at the Life Safety Performance Level, as outlined in ICSSC RP 8, "Standards of Seismic Safety for Existing Federally Owned and Leased Buildings," utilizing ASCE/SEI 31 methodology. The form requires details such as building type, number of stories, area, design code, and construction year. The evaluation involves a Tier 1, 2, or 3 assessment, or an "Other" category, with documentation attached. The engineer provides an opinion on whether the building meets the Life Safety Performance Level, affixes their stamp and signature, and provides their professional details. Comments and ASCE/SEI 31 checklists (Structural, Nonstructural, Geologic Site Hazards, and Foundation) must be attached, ensuring comprehensive documentation of the seismic assessment.
    SEISMIC FORM C outlines pre-award commitments for seismic retrofits or new construction, crucial for government RFPs. Part 1 focuses on retrofitting existing buildings to meet the Basic Safety Objective of ASCE/SEI 41. It requires an engineer-in-charge, a Tier 1 report, scope of renovations, and a schedule to ensure compliance before award. Part 2 addresses new construction, detailing the engineer's role in structural design based on a specified building code. It includes a quality assurance plan for testing and inspection, confirming design and construction adherence. This form serves to guarantee that buildings involved in government leases or projects meet stringent seismic safety and structural integrity standards, ensuring compliance and safety throughout their lifecycle.
    Form D, titled "Offeror's Representation of Exemption from Seismic Standards," is a federal government document used in RFPs to allow offerors to claim exemption from seismic requirements (RP 8). Exemptions are granted under two conditions: if the building is in a medium seismicity area and will have less than 10,000 ABOA SF leased to the Federal Government, or if it is a one-story building in a high to very high seismicity area with steel light frame or wood construction and less than 3,000 ABOA SF of space. The form requires the offeror's signature and name to certify the exemption claim.
    The document "SEISMIC FORM E, CERTIFICATE OF SEISMIC COMPLIANCE, RETROFITTED BUILDING" is a pre-occupancy certificate affirming that a structural engineer oversaw the seismic retrofit of a building. The retrofit was designed to meet the Basic Safety Objective outlined in ASCE/SEI 41 Seismic Rehabilitation of Existing Buildings. The engineer attests that the design and construction conform to this standard, based on a quality assurance plan, observations, testing, inspections, and review of reports. The form requires details about the building's characteristics, including its ASCE type, number of stories, area, design codes, and retrofit standards and years. It concludes with the engineer's opinion on whether the building meets the Basic Safety Objective and requires the engineer's stamp, signature, and contact information. This form is crucial for GSA documentation and compliance within government construction and safety regulations.
    The "SEISMIC FORM F: CERTIFICATE OF SEISMIC COMPLIANCE NEW BUILDING" is a pre-occupancy certificate affirming a new building's structural design and construction comply with seismic code requirements. An engineer in charge certifies the design, quality assurance plan, and construction adherence based on inspections and reports. The form details the building's type, height, area, design code, and construction years. It requires the engineer's stamp, signature, and contact information. This document is crucial for ensuring public safety and regulatory compliance in construction, particularly in earthquake-prone regions, and would be a vital component of government RFPs, grants, or state/local RFPs for construction projects.
    This document outlines seismic compliance requirements for federal government lease proposals, detailing pre-award and post-award submittal forms (A-F). Offerors must confirm seismic compliance through their engineers using Form A for Benchmark Buildings or Form B for other existing buildings. If non-compliant, Offerors must commit to retrofitting (Form C, Part 1) or, for new construction, specify design codes (Form C, Part 2). Exemptions can be claimed via Form D. Post-award, Forms E and F apply to retrofitted and new buildings, respectively, requiring engineer certification prior to government acceptance of leased space. These forms ensure buildings meet RP 8 seismic safety standards, with specific definitions provided for engineers and relevant standards (ASCE/SEI 31 and 41).
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    Buyer not available
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    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.
    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.
    Redacted Jotfoc for project # 2KY0264
    Buyer not available
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under project 2KY0264, as outlined in the Justification notice. The procurement is managed by the Public Buildings Service, specifically the PBS R4 Office of Leasing, which aims to secure suitable office space to meet federal requirements. Leasing office space is critical for ensuring that government agencies have the necessary facilities to operate efficiently and effectively. Interested parties can reach out to Taneisha Williams at Taneisha.williams@gsa.gov or by phone at 470-419-1536, or Tamara Mason at tamara.mason@gsa.gov or 954-702-0601 for further details regarding this opportunity.
    GSA Seeking Office Space for Lease in Green Bay, WI
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Green Bay, Wisconsin, specifically requiring between 16,597 and 17,470 ABOA square feet of contiguous space. The leased space must be located within a commercial office district, accessible 24/7, and meet various federal standards, including ISC Facility Security Level III and fire safety regulations. This procurement is crucial for accommodating government operations in a modern and secure environment, with offers due by December 24, 2025, at 11:59 PM CST, and occupancy anticipated around June 1, 2027. Interested parties should contact Donald V. Padrnos or Kovas I. Palubinskas for further information and must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP).
    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.
    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.
    RLP No. 5FL0645: Government seeks 3 parking spaces in Tampa, Florida
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of three parking spaces in Tampa, Florida, under Request for Lease Proposals (RLP) No. 5FL0645. The procurement aims to secure parking within a specified delineated area, with the lease term set for an initial 12 months, including a 6-month firm period and three optional one-year renewals. This opportunity is crucial for ensuring adequate parking facilities for government operations in the region. Proposals are due by December 12, 2025, at 5:00 PM EST, and interested parties should contact Tim Wells at Timothy.Wells@gsa.gov or call 267-443-7331 for further details.