US GOVERNMENT SEEKS TO LEASE SPACE IN ROLLA, MO
ID: 0MO2177Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office, wet lab, and storage space in Rolla, Missouri, with a total area requirement of 35,835 to 37,335 ABOA square feet. The lease will be for a full term of 10 years, including a 5-year firm period and two additional 5-year options, and will accommodate multiple agencies, including the U.S. Geological Survey (USGS) and the Bureau of Land Management (BLM). Key requirements include specific space allocations, security measures, and compliance with federal standards for accessibility, fire safety, and environmental considerations. Initial offers are due by August 29, 2025, with an estimated occupancy date of October 1, 2026. Interested parties can contact Bruce Keyes at bruce.keyes@gsa.gov or by phone at 719-237-5740 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a lease agreement (LEASE NO. GS-06P-LMO00542) between a Lessor and the United States Government via the General Services Administration (GSA). It details terms for leasing premises for government use, specifying a lease term of 20 years with a 10-year firm commitment and conditions for potential termination and renewal options. The Government is allotted parking spaces and appurtenant rights while paying an annual rent comprising shell rent, operating costs, and tenant improvements, which may be adjusted based on actual measurements and costs post-acceptance. Under the terms, the Lessor is responsible for building improvements, and the Government can request alterations during the lease term. The document further stipulates provisions for real estate tax adjustments, requirements for broker commissions, and procedures for changes in ownership. The lease incorporates various standard clauses and appendices pertinent to the agreement, ensuring compliance with federal regulations and incorporating lease management best practices. The structure of the document is methodical, with sections defining key terms, rental agreements, and operational responsibilities, indicating a comprehensive approach to lease management.
    The document outlines the Agency-Specific Requirements (ASR) for the leasing of space by the U.S. Geological Survey's National Geospatial Technical Operations Center (NGTOC) in Rolla, Missouri. It specifies requirements for the total space needed, which ranges from approximately 27,438 to 30,182 rentable square feet, including both office and light industrial uses. The lease is set for 20 years with a termination option after 10 years. Key elements include sustainable design practices adhering to green building principles, which promote energy efficiency and environmental conservation. Requirements detail space breakdowns, specific types of offices, meeting room configurations, and general support areas. Central to the ASR is a commitment to create a functional workplace that incorporates modern facilities, operational parameters, security measures, and parking requirements, while ensuring compliance with federal guidelines. Facilities should support USGS's mission in natural resource management and disaster preparedness. Overall, the ASR serves as a comprehensive guide for landlords, detailing necessary specifications to create appropriate office and operational environments for USGS.
    The Bureau of Land Management (BLM) outlines specific space requirements for its current operations related to a contract for services. The document specifies that for two full-time equivalents (FTEs), a total of 440 usable square feet (USF) is necessary, broken down into distinct areas: 128 USF for office space, 232 USF for office support, and 80 USF for a shared IT server closet with the US Geological Survey (USGS). Should an additional FTE be added, the total requirement would increase to 540 USF. This information is crucial for prospective contractors to understand the spatial needs associated with fulfilling BLM services and helps frame the conditions for current and future requests for proposals (RFPs) and grants. The clearly defined space requirements facilitate effective planning and resource allocation within government operations.
    The Mine Safety & Health Administration (MSHA) is seeking to renew its lease for the Enforcement Field Office in Rolla, MO, which requires specific agency special requirements (ASR). The new location must accommodate 22 employees and provide a total of 4,994 usable square feet on the ground floor, facilitating access for heavy inspection equipment. Key specifications include two means of egress, motion-activated lighting, various flooring types, multiple private offices, and a soundproof conference room. Additionally, the facility needs specialized areas such as a lab for equipment maintenance, a mine map review area, and unisex shower/locker rooms. Infrastructure requirements involve extensive electrical, network, and security systems, including compliance with Department of Homeland Security standards. The parking area must offer designated spaces for government vehicles and employees, with an emphasis on security and accessibility. The document denotes comprehensive operational and structural guidelines essential for the new office to function effectively while upholding the agency’s needs. Overall, it underscores MSHA's commitment to maintaining a functional and compliant office environment for enforcement activities.
    The 4th Tenant document for Rolla, MO outlines a detailed room matrix specifying the usage, size, quantity, and subtotal square footage for various office spaces. The structure includes a vestibule, interview office, open offices, storage areas, a pantry, and more, totaling an initial area of 2,044 ABOA (Usable Square Footage). Following the inclusion of a 22% circulation factor, the total area increases to 2,498 square feet. Each room serves distinct functions, from open office spaces designed for collaborative work to specialized areas for equipment and file storage. The document serves as a vital part of the planning or proposal process related to federal or state RFPs, illustrating the priority for well-structured office space allocation that meets operational requirements while adhering to regulations. Overall, it reflects the government's emphasis on efficient space management in the context of tenant needs and project planning.
    This document outlines the Security Requirements for federal facilities classified as Level II, specifically for the United States Geological Survey (USGS), Bureau of Land Management (BLM), and Mine Safety and Health Administration (MSHA). It specifies the responsibilities of Lessors in providing a secure environment through various measures, including access control, visitor management, and securing critical areas. Key components include employee access restrictions, visitor identity verification, and stringent controls on critical areas to prevent unauthorized access. The document also mandates the installation and maintenance of security systems such as Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS). Additionally, guidelines are provided for landscaping to minimize concealment opportunities and for cybersecurity measures to protect building systems from cyber threats. The overall aim is to ensure the safety and security of government facilities, occupants, and sensitive information, adhering to federal standards throughout the lease term. These requirements underline the government's commitment to maintaining secure environments for federal operations.
    This document outlines the Security Requirements for facilities under a Level II designation by the federal government. It specifies that these security regulations, which must be factored into pricing as part of the Building Specific Amortized Capital (BSAC), address critical areas, access control, visitor management, and site security for government buildings. Key mandates include implementing Physical Access Control Systems (PACS), securing critical zones against unauthorized access, and installing video surveillance and intrusion detection systems. The Lessor is required to collaborate with the government’s security representatives for risk assessments and countermeasure identification. Additionally, landscaping must be maintained to deter concealment, and regulations are set for the placement of receptacles and containers. Cybersecurity measures are emphasized, prohibiting the connection of building control systems to federal networks and mandating adherence to established cybersecurity frameworks. Overall, these comprehensive guidelines aim to ensure the safety and security of government facilities and personnel, reflecting the government's commitment to robust security protocols in federal leases and grants.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property by the federal government. It provides essential instructions for offerors, including definitions, submission guidelines, proposal modifications, and requirements for the withdrawal of proposals. The guidelines emphasize the importance of timeliness and the various acceptable forms of proposal submission, including paper, facsimile, and electronic methods. Notably, late proposals may be considered under specific conditions. Additionally, the document addresses issues regarding compliance with equal opportunity provisions, the execution of lease agreements based on the legal structure of the lessor (individual, partnership, or corporation), and the process of addressing protests. It specifies the necessity for offerors to register in the System for Award Management (SAM) to be eligible for contract awards. The purpose of this document is to provide a clear framework for submitting proposals for government leases, ensuring propriety in the procurement process, and reinforcing regulatory compliance. Overall, it serves as a comprehensive guide for potential offerors navigating the federal lease acquisition process.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, governed primarily by the General Services Administration (GSA). The clauses cover various topics, including definitions, subletting and assignment, maintenance obligations, performance standards, payment terms, labor and small business standards, and compliance with applicable laws. Key provisions address the rights and responsibilities of both the Lessor and the Government, emphasizing mutual obligations. Moreover, the document details clauses regarding default, inspections, fire damage, and payment processes, alongside strict adherence to ethical standards and cybersecurity measures. The structured approach combines regulatory references, clauses integrated by reference, and stipulations related to contractor behavior, ensuring comprehensive governance of lease agreements. Overall, this document serves as a foundational guide for federal leasing processes, emphasizing compliance and accountability in property management and rights under lease agreements.
    The document appears to contain an inaccessible PDF file regarding federal government RFPs, federal grants, and state and local RFPs. As a result, the main topic and details cannot be discerned since the information is not displayed properly. Given the context, the focus would typically involve providing opportunities for federal funding, outlining requirements for proposals, and detailing eligibility and evaluation criteria for grant applications or bids. However, without access to specific content, no further analysis or summary can be accurately provided. This highlights the need for clear documentation access to facilitate proper review and understanding of potential funding mechanisms and application processes.
    The document outlines the Lessor's Annual Cost Statement, which is required by the General Services Administration (GSA) for leasing government spaces. It specifically details the estimated annual costs associated with services and utilities that lessors must provide as part of the rental agreement. The statement includes categories such as cleaning, heating, electrical, and maintenance costs, as well as costs for security, landscaping, and other miscellaneous items. Additionally, it requires lessors to provide estimates for ownership costs exclusive of capital charges, such as taxes, insurance, and management fees. The document provides clear guidance on how to calculate and report costs associated with both the entire building and the specific area leased to the government. The intent of the form is to ensure transparency and fairness in determining rental charges consistent with prevailing rates in the community, thereby facilitating informed decisions regarding lease agreements in government procurement processes. Compliance with the Paperwork Reduction Act is also noted, requiring users to respond only under the displayed OMB control number.
    The government file outlines procedures for evaluating fire protection and life safety in office buildings under the General Services Administration (GSA) prelease requirements. It consists of two parts: Part A, for spaces below the 6th floor, to be completed by the Offeror, and Part B, for spaces above the 6th floor, to be conducted by a licensed fire protection engineer. Both parts assess compliance with design standards based on building and fire codes, notably the National Fire Protection Association (NFPA) standards. Key evaluation components include building information, fire alarm and sprinkler systems, means of egress, emergency lighting, and elevator safety features. The file specifies tasks such as identifying fire-related citations, evaluating exit routes, and ensuring fire systems meet maintenance standards. After assessment, the corresponding professionals must attest to the accuracy of the findings. The document underscores the importance of safety and regulatory compliance in government office spaces, facilitating informed decision-making in the procurement process. This prelease form serves as a critical resource within the context of federal RFPs, emphasizing the government’s commitment to maintaining safe operational environments.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation related to leasing a warehouse building for government use. It distinguishes between two parts of the evaluation, Part A for spaces below 40,000 square feet or above the ground floor, to be completed by the Offeror, and Part B for larger spaces, requiring a detailed report by a licensed fire protection engineer. The evaluation assesses compliance with local building and fire codes, including egress requirements based on the National Fire Protection Association standards. Key considerations include general building information, storage configurations, automatic fire suppression systems, fire alarm systems, and means of egress. The form includes sections for detailing storage commodity classifications, potential fire hazards, and the conditions of fire protective systems such as alarms and sprinklers. The document emphasizes the need for accuracy and thoroughness in providing information, as incomplete reports may hinder the leasing process. Overall, the purpose is to ensure that the warehouse complies with fire safety regulations before government occupancy, thereby protecting public safety and minimizing risk.
    The document outlines the seismic compliance requirements for federal leases in accordance with RP 8 standards. It includes pre-award submittals—Forms A through D—requiring certification of seismic evaluation from the Offeror or their engineer, who must be licensed in the applicable state. Form A pertains to benchmark buildings, confirming life safety compliance, while Form B is for existing buildings needing evaluation against specific seismic standards. Form C addresses commitments for retrofitting existing buildings or constructing new ones, mandating adherence to ASCE standards. Form D allows for exemptions from seismic requirements based on specific criteria related to building size and seismicity. Post-award forms E and F are required for retrofitted or newly constructed buildings, confirming compliance with safety standards after modifications. Definitions of key terms, such as engineer qualifications and applicable ASCE standards, are provided to ensure clarity in completing the forms. Overall, this document ensures the structural safety of federally leased buildings by adhering to strict seismic standards, underscoring the government’s commitment to public safety and compliance in construction practices.
    The document details the wage determination for building construction projects in Phelps County, Missouri, as per the General Decision Number MO20230018, effective October 27, 2023. It outlines the requirements under the Davis-Bacon Act, specifically regarding minimum wage rates applicable to contractors and subcontractors engaged in federal contracts. Key points include wage rates mandated by Executive Orders 14026 and 13658, with contractors obligated to pay covered workers a minimum of $16.20 per hour or the applicable wage rate for contracts initiated or renewed after January 30, 2022. For contracts issued between January 1, 2015, and January 29, 2022, workers must be paid at least $12.15 per hour if not renewed after January 30, 2022. Additionally, the document provides detailed wage rates and fringe benefits for various construction roles, such as electricians, carpenters, and laborers. It emphasizes that if classifications necessary for job performance are not listed, contractors must submit a request for conformance. Moreover, the document explains the appeals process for challenging wage determinations, outlining the steps for requesting reviews and the necessary contacts at the Department of Labor. This wage determination ensures labor standards and fair compensation for construction workers engaged in federally funded projects in Missouri.
    The General Services Administration (GSA) seeks lease proposals (RLP No. 0MO2177) for a property in Rolla, Missouri, with offers due by December 21, 2023. The Government requires between 31,891 to 34,277 ABOA square feet of office, lab, and light industrial space, along with specific building and security features. Key requirements include a minimum 20-year lease with a 10-year firm term, 37 reserved parking spaces, and conditions regarding asbestos, seismic safety, and environmental considerations. Offerors must submit proposals electronically via the Requirement Specific Acquisition Platform (RSAP), ensuring compliance with outlined layouts, pricing terms, and the Energy Independence and Security Act. Documents such as GSA Forms 1217 and 1364 require detailed cost breakdowns and financial backing evidence to be included with proposals. The RLP emphasizes environmental and historical preservation responsibilities, necessitating proper assessments and adherence to federal standards. Overall, the proposal process reflects federal procurement procedures, prioritizing cost-effectiveness, safety, and compliance with governmental regulations.
    The General Services Administration (GSA) is seeking to lease office and storage space in Rolla, MO. The requirement includes a minimum of 26,095 ABOA SF and a maximum of 28,481 ABOA SF, with specific allocations for office and storage space, including a 1st-floor storage requirement with a minimum 200-pound floor loading capacity. The lease term is 10 years, with a 5-year firm term and two 5-year options. Key requirements include specific layouts for Block A (office and storage), Block B (adjacent office space), and Block C (office space, preferably on the second floor or higher). The proposed site must meet strict security criteria, including proximity restrictions to hazardous materials facilities, foreign power-associated facilities, and various government/public buildings. Other requirements include 24/7 access, a backup generator, sufficient on-site parking for 135 employees plus ABAAS parking, and compliance with fire safety, accessibility, seismic, and sustainability standards. The space must not be in a 1-percent-annual chance floodplain. Initial offers are due by May 25, 2025, with an estimated occupancy date of January 1, 2026.
    The General Services Administration (GSA) is soliciting proposals for leasing office and storage space in Rolla, Missouri. The facility must encompass 26,095 to 28,481 ABOA square feet, with specific allocations for office and storage space. Key requirements include a contiguous layout, minimum floor loading capacity, and access to a loading dock and freight elevator if needed. The space should not be situated within 640 feet of hazardous materials locations or 400 feet from sensitive facilities like courthouses or ICE offices. The lease term will span 10 years, with a firm commitment of 5 years and two optional 5-year extensions. GSA emphasizes compliance with fire safety, seismic, accessibility, and sustainability standards, as well as specific telecommunications restrictions from the 2019 NDAA. Initial offers are due by May 25, 2025, with an anticipated occupancy date set for January 1, 2026. This RFP underscores the GSA's objective to secure a suitable and secure environment for government operations while adhering to federal regulations and community standards.
    The General Services Administration (GSA) is seeking to lease office, lab, and warehouse space in Rolla, MO. The required space ranges from 31,891 to 34,277 ABOA square feet, including specific allocations for office, lab, and warehouse use. The lease term is 20 years with a 10-year firm term and two 5-year option terms. Key requirements include specific distances from hazardous materials and foreign power facilities, and certain types of businesses. The facility should have a backup generator, and specific entrance and restroom configurations are preferred for different agencies (USGS, BLM, MSHA, and a fourth unnamed agency). Warehouse space must have specific door sizes and clear height. Sufficient on-site parking for 156 employees plus ABAAS parking is also required. The space must meet government standards for fire safety, accessibility, seismic, and sustainability, and not be in a 0.2-percent-annual chance floodplain. Initial offers are due by December 21, 2023, with an estimated occupancy of May 15, 2025.
    The General Services Administration (GSA) is soliciting leased office, lab, and warehouse space in Rolla, Missouri. The required space ranges from 31,891 to 34,277 ABOA square feet, with specific allocations for office (25,176 to 26,890 ABOA SF), lab (225 to 248 ABOA SF), and warehouse (6,490 to 7,139 ABOA SF). The overall term for the lease is 20 years, including a firm term of 10 years and optional extensions of 2 to 5 years. Key stipulations include a minimum distance from hazardous materials transportation/storage facilities and other specified locations such as courthouses and police stations. The ideal facility would preferably be located on the second floor, include a loading dock, and have a backup generator. Separate and secure entrances are needed for multiple agencies, with specific requests for restroom facilities and shared spaces. Additionally, the offered space must comply with government safety, accessibility, and sustainability standards. Initial offers are due by December 21, 2023, with an estimated occupancy beginning on May 15, 2025. This presolicitation notice aims to acquire suitable space for federal agencies, prioritizing security and operational efficiency.
    The document, likely a placeholder or an initial page within a government solicitation or grant application, primarily serves as a technical instruction for optimal viewing. It advises users to open the PDF portfolio in Adobe Acrobat X or Adobe Reader X, or later versions, for the best experience. The inclusion of a prompt to "Get Adobe Reader Now!" suggests a focus on ensuring accessibility and proper rendering of the subsequent content, which would typically contain detailed information regarding government RFPs, federal grants, or state and local RFPs. This introductory page acts as a gatekeeper, ensuring that potential applicants or interested parties have the necessary software to view and interact with the complete file effectively.
    The document pertains to various federal and state RFPs (Requests for Proposals) and grants intended to solicit bids for projects that drive economic development and infrastructure improvement. It outlines the criteria and eligibility requirements for potential contractors and organizations that wish to participate in these funding opportunities. Key areas of focus include the necessity for compliance with federal regulations, the importance of delivering quality service, and the evaluation factors that will determine proposal success. Additionally, it highlights deadlines for submissions and the evaluation process, ensuring stakeholders are aware of critical timelines and specifications. The overarching goal is to foster collaboration to enhance public services and economic viability through comprehensive project proposals. This strategic initiative underscores the government’s commitment to advancing community well-being and supporting sustainable growth.
    The document advises users to open the PDF portfolio in Adobe Acrobat X or Adobe Reader X or later versions for the best experience. It also provides a link to "Get Adobe Reader Now!" This is a technical note for accessing the file rather than a government RFP, federal grant, or state/local RFP. It appears to be a preamble to a larger document, indicating software requirements for optimal viewing.
    The document outlines a combination of federal and state grant opportunities alongside Requests for Proposals (RFPs) aimed at funding various projects. It specifies eligibility criteria for applicants, including state and local governments, educational institutions, and nonprofit organizations. Key areas of focus include public health initiatives, infrastructure improvements, and community development programs. The document emphasizes the importance of adhering to specific application processes, deadlines, and guidelines that vary by funding source. Support resources such as workshops and informational webinars are also mentioned to assist potential applicants in preparing their submissions. Overall, the document serves as a comprehensive guide for stakeholders seeking federal and state funding through grants and RFPs, promoting transparency and organized access to financial resources for community and infrastructural projects.
    Amendment No. 3 to Request for Lease Proposals (RLP) No. 0MO2177, issued by the GSA Public Buildings Service, modifies the solicitation for office, lab, and warehouse space in Rolla, MO, for the USGS, BLM, MSHA, and a fourth unnamed agency. The key amendment is the deletion of Subparagraph B regarding termination rights during the Option Terms from Lease Section 1.06 RENEWAL RIGHTS (OCT 2016). This amendment clarifies the terms related to lease renewals and termination options, which is a common adjustment in federal government RFPs to refine contractual agreements.
    The document details Amendment No. 3 to Request for Lease Proposals No. 0MO2177, concerning the solicitation for lease proposals for office, lab, and warehouse space for federal agencies, including the USGS, in Rolla, MO. The key amendment modifies Lease Section 1.06 on Renewal Rights by deleting Subparagraph B, which pertains to termination rights during the Option Terms of the lease. This amendment signifies a shift in the lease terms, likely affecting the renewal and termination processes for potential lessors. The adjustment aims to clarify and streamline the proposal requirements for interested parties and ensure alignment with federal leasing protocols. Overall, the document underscores the government's ongoing efforts to acquire suitable facilities to support its agencies effectively.
    The document outlines the terms of a Lease Agreement between the U.S. Government and a Lessor for office space, identified as LEASE NO. GS-06P-LMO00542. It details the obligations of both parties, including rental rates, lease term, premises description, and improvement responsibilities. The lease term spans ten years, with an initial five-year firm period, permitting government termination and renewal options. The Government is entitled to utilize space for specified purposes, including assigned parking and telecommunications installations. Rental rates include shell rent, operating costs, and tenant improvements, which may be amortized over the lease term. The document emphasizes compliance with various conditions, including the maintenance of facilities, alterations authorized by the government, and the handling of real estate taxes. It articulates protocols for broker commissions and adjustments for occupancy and vacant spaces, while ensuring that the Lessor remains accountable for property maintenance throughout the lease period. The comprehensive structure provides a framework among various sections, including general terms, conditions, construction standards, and financial stipulations essential for managing government lease agreements.
    The document outlines security requirements for facilities classified as Security Level II, primarily for the U.S. Geological Survey (USGS) and Bureau of Land Management (BLM). It stipulates that certain security measures must be included in the Building Specific Amortized Capital (BSAC), addressing employee access control, visitor verification, and securing critical areas. Key responsibilities of the lessor include providing physical access controls, maintaining security systems like intrusion detection and video surveillance, and implementing a formal key control program. Additional provisions include landscaping requirements to enhance visibility and security, structuring parking area access, and ensuring HAZMAT storage is properly secured. The document mandates the establishment of a Facility Security Committee to oversee security implementations and emphasizes the importance of cybersecurity to guard against digital threats to building systems. The security measures are framed within the context of federal contracts, aiming to enhance safety, protect government operations, and ensure compliance with national standards. Overall, the requirements emphasize rigorous physical and operational security protocols that must be adhered to during lease agreements and facility management.
    The document outlines comprehensive security requirements for federal leases classified under Facility Security Level II. It details the obligations of Lessors to implement security measures designed to protect critical areas, control access, and maintain emergency protocols in government-controlled spaces. Key areas of focus include employee access control, securing critical areas such as mechanical and electrical rooms, and establishing visitor access procedures. Robust guidelines for the installation of video surveillance and intrusion detection systems are specified, alongside protocols for construction security and landscaping maintenance to minimize security risks. Cybersecurity measures mandate that Lessors must not connect building systems to federal IT networks and are encouraged to follow best practices for cybersecurity to safeguard sensitive data. The document emphasizes collaboration with government security representatives throughout design and implementation phases. Overall, this document serves to ensure that federal facilities meet minimum security standards, adapting to specific threats while safeguarding personnel and assets within government premises.
    This document outlines solicitation provisions related to the acquisition of leasehold interests in real property for the General Services Administration (GSA). It provides detailed instructions for offerors, including definitions of key terms, the submission process for proposals, modifications, and stipulations on late submissions. Offerors are required to adhere strictly to the guidelines, including ensuring proper registration in the System for Award Management (SAM) and reporting any data restrictions for proprietary information. Key points include rules for proposal submission, modifications before and after the closing date, and withdrawal procedures. The document emphasizes that the government reserves the right to reject any proposal, evaluate offers based on best value, and may conduct discussions with offerors within a competitive range. Additionally, it outlines parties’ signatures required for lease agreements and the importance of compliance with the Federal Acquisition Supply Chain Security Act. Overall, this document serves as a vital guideline for prospective offerors, detailing the legal and procedural frameworks necessary for engaging in government leasing contracts. It ensures clarity and fairness in the procurement process while emphasizing the importance of timely and accurate proposal submissions.
    The document outlines the general clauses governing the acquisition of leasehold interests in real property by the federal government, specifically referencing the General Services Administration's (GSA) leasing requirements and regulations. It includes clauses related to definitions, subletting, lease assignments, maintenance obligations, payment terms, and compliance with laws. Key provisions emphasize the obligations of lessors and the government, addressing successors, inspections, defaults, and rights of entry. The clauses ensure that necessary compliance with federal, state, and local laws is maintained, while also specifying procedures for contracts involving small businesses and equal opportunity provisions for veterans and disabled individuals. Important sections detail the processes for payment, including prompt payment regulations, electronic fund transfers, and the implications of contract violations. Furthermore, cybersecurity measures and the prohibition of certain telecommunications services are stressed, reflecting a commitment to safeguarding government interests. Overall, the document serves to establish clear expectations and responsibilities under federal leasing agreements, demonstrating the government's regulatory framework and adherence to ethical standards in contracting and property management.
    The provided document appears to be a technical error message indicating that the contents of a PDF file could not be accessed. This message instructs users to upgrade their PDF viewer for compatibility, offering links for assistance with Adobe Reader and noting trademark information related to software. Since the file does not contain substantive information regarding federal government RFPs, grants, or state and local RFPs, no main topic, key ideas, or supporting details can be extracted for analysis. Given that the document serves solely to inform about technical issues without providing relevant content related to government funding or requests, the summary reflects that there is no actionable information for analysis. The document highlights the importance of using compatible software to view essential government documents, which could potentially include important information on funding opportunities. However, as it is currently structured, it does not fulfill its intended purpose. In conclusion, the technical message underscores the necessity for proper digital tools in accessing government-related informational documents, yet fails to deliver any direct insights into RFPs or grants. This document consists of a technical error message indicating the inability to access a PDF file due to the user's PDF viewer being outdated. It suggests upgrading to the latest version of Adobe Reader and provides links for assistance. The message emphasizes the importance of having compatible software for viewing government RFPs and grant documents. However, no substantive content related to RFPs, federal grants, or state and local RFPs is included, leaving the document devoid of actionable information. It serves as a reminder of the necessity for proper digital tools to access critical government materials.
    The Lessor's Annual Cost Statement is a document used by the General Services Administration (GSA) to estimate the annual costs of services and utilities provided as part of rental agreements for government-leased properties. It requires essential details including the building's name and address, the rental area, and a breakdown of costs associated with various services like cleaning, heating, electrical work, plumbing, and maintenance. The document is structured in two main sections: the first estimates costs for services and utilities, while the second focuses on ownership costs excluding capital charges. The instructions emphasize the importance of providing accurate estimates for the government to ensure fair rental agreements consistent with community standards. Moreover, it includes provisions for completing a lessor certification, acknowledging that the provided estimates are accurate. This statement assists both the government and lessors in evaluating the financial aspects related to leasing and ensures transparency and accountability in government contracts.
    The document outlines the requirements for evaluating fire protection and life safety in office buildings under the purview of the General Services Administration (GSA). It is divided into two sections: Part A, for spaces located below the 6th floor, and Part B, for those above. Part A focuses on general building data and essential safety systems, requiring a sign-off from the Offeror or their representative. It includes questions about the building's address, square footage, fire sprinkler systems, fire alarm systems, emergency lighting, exit signage, and elevator safety features. Part B necessitates a professional engineer’s detailed report covering fire safety conditions and compliance with safety codes, along with inspections of the building's systems. This section emphasizes identifying deficiencies and recommending corrective actions. It ensures that the building meets local fire and building codes. The document serves as a guideline for ensuring that government premises provide a safe environment for occupants and comply with pertinent regulations, reflecting a commitment to public safety in federal and local RFP processes. Overall, the content focuses on major safety considerations essential for leasing office spaces, underlining the importance of thorough evaluations in government real estate practices.
    The document outlines the Seismic Offer Forms required for federal government lease solicitations, focusing on compliance with seismic safety standards (RP 8). It details the pre-award submittal forms (Forms A to D) that must be completed by either the Offeror or a licensed engineer to confirm seismic compliance for both the Benchmark and existing buildings. Form A certifies compliance for benchmark buildings, while Form B does the same for existing buildings, necessitating an evaluation of life safety performance levels. Form C addresses commitments for retrofitting or new construction, and Form D allows for exemptions based on building size and location seismicity. Post-award forms (E and F) are for certification of retrofitted buildings and new buildings, respectively. The document ensures that engineers validate compliance with appropriate standards, emphasizing thorough documentation, including evaluation checklists and project narratives, to support safe federal leasing practices. This structured approach aims to enhance building safety in federal properties, aligning with broader government objectives for operational integrity and public safety.
    The GSA Request for Lease Proposals (RLP) No. 0MO2177 seeks proposals for a lease of office and storage space in Rolla, Missouri, with submissions due by May 25, 2025. The Government requires a total of 26,095 to 28,481 ANSI/BOMA square feet, including office and storage areas, all situated in a modern building with specific security and functional requirements. The lease term is 10 years, allowing for government termination rights after the firm's initial five years. Proposals must adhere to stringent criteria regarding accessibility, energy efficiency, asbestos presence, seismic safety, and environmental conditions. A focus is placed on offering efficient layouts and compliance with various federal standards. Each offer must outline pricing terms and include completion of required GSA forms. The RLP outlines a structured evaluation process for selecting offers, prioritizing efficiency, cost, security, and compliance with environmental and building codes. Overall, this document is a comprehensive guide for potential lessors to provide space that meets federal requirements.
    Amendment No. 4 to Request for Lease Proposals (RLP) No. 0MO2177 updates the solicitation for office, lab, and warehouse space in Rolla, Missouri, for the USGS, BLM, and a third agency. The primary amendment is a revised Initial Offer Date, now set for April 25, 2025, by 4:00 PM Local Central Time. This document is a critical update for potential lessors, providing a new deadline for proposal submissions in response to the GSA Public Buildings Service's request for lease proposals.
    The document pertains to Amendment No. 4 of Request for Lease Proposals (RLP) No. 0MO2177, issued by the GSA Public Buildings Service for leasing office, lab, and warehouse space in Rolla, Missouri, for the USGS, BLM, and an additional agency. The main update in this amendment is the revision of the Initial Offer Date, now set for April 25, 2025, at 4:00 PM Local Central Time. This amendment signifies a vital procedural step in the government’s ongoing efforts to procure suitable space for its agencies, ensuring alignment with federal leasing processes and timelines. This communication is critical for potential lessors to plan and prepare their proposals accordingly, reflecting the government's commitment to transparent and structured procurement practices.
    The General Services Administration (GSA) is soliciting proposals for a lease in Rolla, Missouri, requiring 35,835 to 37,335 ABOA square feet of contiguous space for multiple agencies (USGS, BLM, MSHA, and a fourth agency). The RLP details specific space allocations for each agency, parking requirements (31 government, 6 visitor spaces), and a 10-year lease term with a 5-year firm period, commencing around October 1, 2026. Key requirements include location within Rolla city limits, specific security setbacks from hazardous facilities and certain public buildings, and features like backup generators and loading docks for storage. The selection process prioritizes compliance with seismic, asbestos, accessibility, and fire safety standards. Energy Star labeling is generally required, with exceptions for new construction or smaller spaces. Offerors must submit detailed pricing, financial commitments, proof of ownership or control, and various certifications and reports, including environmental assessments and fire protection information. Proposals are due by August 29, 2025, 4:00 PM Local Central Time, via email to BRUCE.KEYES@GSA.GOV and JEREMY.WALKER@GSA.GOV.
    This government file outlines a lease agreement (GS-06P-LMO00542) between a Lessor and the United States Government, acting through the General Services Administration (GSA). The document details the terms and conditions for leasing office and related space, including rent structures, lease terms (firm and non-firm), and renewal/termination rights. Key aspects covered include the calculation of rent, adjustments for tenant improvements (TI) and Building Specific Amortized Capital (BSAC), parking costs, and real estate tax adjustments. It also defines various real property and contract terms, outlines responsibilities for alterations, and incorporates several supporting documents. The lease specifies requirements for building shell components, construction standards, post-award activities, and ongoing utilities, services, and maintenance obligations, emphasizing compliance with GSA templates and federal regulations.
    This government file outlines the scope of work for an incumbent lessor, detailing required renovations across three distinct blocks. For Block B (BLM), Block C (MSHA), and Block D (4TH Tenant), the lessor is responsible for repainting and recarpeting, with all associated costs to be borne by the lessor as a turnkey tenant improvement (TI) expense. This document, likely part of a federal government RFP or grant, specifies the necessary upgrades to maintain the leased spaces, ensuring they meet current standards without additional cost to the government agencies occupying them.
    The General Services Administration (GSA) seeks to lease 35,835 to 37,335 ABOA square feet of office, wet lab, and storage space in Rolla, MO. The lease will be for a full term of 10 years with a 5-year firm term and two 5-year options. The space requires 37 parking spaces, including 31 for government vehicles and 6 for visitors. Key requirements include specific square footage allocations for four distinct blocks (A, B, C, D), with varying contiguity and entrance preferences. Block A, for example, needs 24,000 to 25,000 ABOA SF of office and wet lab space, plus 5,000 to 5,500 ABOA SF of storage with loading dock access. The facility must allow 24/7 access, accommodate non-hazardous material testing, and maintain specific distances from hazardous facilities, foreign power-associated sites, and other government or public buildings. Security, accessibility, fire safety, seismic, and sustainability standards must be met, and the property must not be in a 1-percent-annual chance floodplain. Initial offers are due by August 29, 2025, with estimated occupancy by October 1, 2026.
    Amendment No. 5 to Request for Lease Proposals (RLP) No. 0MO2177, issued by the GSA Public Buildings Service, modifies a solicitation for office, lab, and storage space in Rolla, MO, for the USGS and other agencies. Key changes include replacing the Procurement Summary with a revised version dated August 15, 2025, which sets a new Initial Offer Date of August 29, 2025. The RLP (GSA Template R100) and RLP Exhibit A (GSA Template L100) have also been updated to August 15, 2025. Additionally, the Incumbent Lessor Scope of Work has been added as RLP Exhibit B. This amendment ensures that potential lessors have the most current information and deadlines for submitting their proposals.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Lease of Office Space within Silver Spring, MD
    General Services Administration
    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
    General Services Administration
    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.
    JOFOC for Columbia, MO
    General Services Administration
    The General Services Administration (GSA) is issuing a Justification for Other Than Full and Open Competition (JOFOC) for leasing office space in Columbia, Missouri. This procurement aims to secure a suitable location for federal office operations, emphasizing the need for a facility that meets specific leasing requirements. The leased space will play a crucial role in supporting government functions and ensuring efficient service delivery to the public. Interested parties can reach out to Kristin M. Schlueter at kristin.schlueter@gsa.gov or call 816-500-3939 for further details regarding this opportunity.
    General Services Administration Office Space Santa Fe City in New Mexico
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    5VA0808 GSA Seeking Office Space in Danville, VA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Danville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0808. The procurement requires a space ranging from 1,000 to 1,700 ABOA square feet, with a 10-year initial full term and a 3-year firm term, emphasizing modern construction standards and energy efficiency compliance. This office space will support federal operations, necessitating features such as reserved parking, accessibility, and adherence to safety regulations. Proposals are due by December 29, 2025, at 2:00 P.M. EST, and interested parties should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772 for further information.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    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.
    GSA Seaking OFFICE Space in Moore, OK
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of 14,833 square feet of administrative office space in Moore, Oklahoma, to support public-facing operations for the Social Security Administration. The leased space must comply with specific requirements, including fire safety, accessibility, seismic, and sustainability standards, and must not be located in the 1-percent-annual chance floodplain. This opportunity arises as the U.S. Government considers alternative space options due to an expiring lease, with a full lease term of 10 years and a firm term of 5 years, requiring 93 onsite surface parking spaces. Interested parties should submit expressions of interest by December 19, 2025, with an estimated occupancy date of April 10, 2027. For inquiries, contact Kacy Cameron, Lease Contracting Officer, at kacy.cameron@gsa.gov or call 206-249-5330.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4AL0248
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 21,780 ABOA square feet of office space in Mobile, Alabama, for a federal law enforcement agency. The lease will have a full term of 15 years and a firm term of 10 years, requiring 57 on-site secured and reserved parking spaces. The selected space must be located within a delineated area bordered by Beauregard St, N. Water St, Canal St, and Broad St, and must meet specific construction and security standards, including Security Standard Level II and compliance with fire safety, accessibility, seismic, and sustainability requirements. Interested parties must submit expressions of interest by December 22, 2025, with an estimated occupancy date of September 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.