US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN CHARLOTTE, NC
ID: 7NC2156Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlotte, North Carolina, with a requirement for a minimum of 21,612 ABOA square feet. The space must be located in the Central Business District of Charlotte, featuring modern amenities, structured parking, and accessibility to public transit, while adhering to specific security, fire safety, and environmental standards. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, with proposals due by October 8, 2024, and an estimated occupancy date of January 1, 2026. Interested parties can contact Raquel Howard at raquel.howard@gsa.gov or Derek Sanders at derek.sanders@gsa.gov for further information.

    Files
    Title
    Posted
    This Request for Lease Proposals (RLP) invites offers for leasing space in Charlotte, NC, with proposals due by October 8, 2024. The Government requires a minimum of 21,612 ABOA square feet within a modern building featuring specific amenities, including structured parking and accessibility to public transport. The lease term will be 15 years, with a 10-year firm commitment and rights for government termination. Offers must comply with security, accessibility, and environmental requirements, including adherence to the Energy Independence and Security Act. A notable preference is indicated for historic properties, with price evaluation incentives for those within or near historic districts. The solicitation details the submission process via the Requirement Specific Acquisition Platform and mandates essential documentation. The successful offeror must prepare and provide tenant improvements, meeting the set standards while ensuring compliance with safety and regulatory guidelines. This RLP aims to secure a suitable space that aligns with federal standards for function, security, and environmental responsibility.
    The government file pertains to Lease No. GS-04P-LNC01019, which outlines the terms of a lease agreement between the Lessor and the United States Government, represented by the General Services Administration (GSA). The document details the leasing of premises for a 15-year term, including provisions for acceptance, rent calculations, maintenance responsibilities, and tenant improvement regulations. Key elements include the specification of rental rates for the firm and non-firm terms, adjustment clauses for real estate taxes, and provisions for alterations requested by the Government. The file also specifies rights to use appurtenant areas, parking provisions, and stipulates termination and renewal rights. Notably, it emphasizes that the Government’s percentage of occupancy dictates tax adjustments and provides for various financial obligations related to utilities, services, and broker commissions. The document serves as a comprehensive guide for managing the lease agreement, ensuring clarity in the responsibilities of both parties, and aligns with the procedural standards of government RFPs for secure and efficient government operations.
    Request for Lease Proposals (RLP) No. 7NC2156 details a solicitation for offerors to submit lease proposals, emphasizing the sensitivity of the included information, which is not made publicly available on SAM.gov. To access this sensitive documentation, interested parties must contact the designated Lease Contracting Officer's representative listed in the RLP. Only after verifying the requester’s need for this information will the representative provide it in a separate attachment, outside the SAM.gov framework. This process underscores the need for confidentiality and controlled access to sensitive data in government leasing actions, ensuring that only eligible and legitimate entities can participate in the proposal submission process while adhering to strict guidelines. This RLP is part of the federal government's broader framework for managing real estate leases and fostering transparent yet secure procurement practices.
    The government document outlines Security Requirements (Level II) for leased facilities involving both lessors and government entities. It specifies security protocols aimed at safeguarding critical areas, enhancing access control, and ensuring the integrity of government-controlled spaces. Key measures include implementing employee access systems, screening procedures, and visitor identity verification. Additional security provisions include managing common areas, controlling public restroom access, and securing critical utility rooms with high-security locks. The document emphasizes maintaining strict access to sensitive information and facilities, requiring ongoing risk assessments, and coordinating with security representatives during system design and implementation. Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS) must be designed, installed, and maintained by the lessor, ensuring compliance with government standards and protocols. Furthermore, it highlights the importance of cybersecurity by prohibiting building access control systems from connecting to federal IT networks and mandating rigorous procedures for managing and responding to cyber incidents. The overarching purpose is to ensure that security measures adopted in leased facilities meet specific government standards, safeguarding both occupants and operational integrity through systematic oversight and collaboration between lessors and government entities.
    The government solicitation outlines the procedures and requirements for acquiring leasehold interests in real property. It defines critical terms such as discussions, proposal modifications, and revisions, emphasizing that proposals must be submitted in a specified format and within a set timeframe to be considered valid. Amendments to the solicitation are acknowledged, and adherence to the timeline is crucial as late submissions may only be accepted under certain conditions. Moreover, the document stipulates that any proposal containing restricted data must be marked appropriately to ensure confidentiality. The selection process aims to identify the best value proposals, which can be assessed through discussions with competitive offerors. It also emphasizes compliance with equal opportunity regulations, particularly for contracts exceeding $10 million. Key procedural elements include the necessity for offerors to be registered in the System for Award Management (SAM) and the requirement for all lease agreements to be signed by appropriate parties according to their business structure. The document highlights the importance of clarity and compliance throughout the proposal process, with explicit guidelines for modifications, withdrawals, and the treatment of proposals submitted via facsimile. Overall, the solicitation emphasizes adherence to established governmental regulations and criteria for leasing agreements.
    The document contains general clauses regarding the acquisition of leasehold interests in real property, specifically detailed for government contracts under the General Services Acquisition Regulation (GSAR) and the Federal Acquisition Regulation (FAR). It outlines key provisions, including definitions, rights related to subletting and assignment, maintenance obligations, performance defaults, payment terms, and compliance with applicable laws. Specific clauses cover responsibilities of the lessor and government, including mutual obligations, property conditions, and labor standards. The clauses also encompass cybersecurity requirements, payment mechanisms, and contractor conduct. These regulations aim to ensure transparency, accountability, and efficiency in government leasing processes, thereby facilitating fair transactions and protecting government interests in real property agreements. This document serves as a reference for contractors and government entities involved in leasing agreements, ensuring all parties understand their rights and responsibilities clearly.
    The government file pertains to the dissemination of federal and state/local RFPs (Requests for Proposals) and grants aimed at soliciting bids for various projects. It emphasizes the importance of effective communication and the need for organizations to stay updated on available opportunities. The document outlines the procedural guidelines for submitting proposals, including eligibility criteria, required documentation, and deadlines. Central to the file is the goal of fostering collaboration between government entities and private sector companies, ultimately enhancing service delivery and project outcomes. It also highlights the role of grant funding in supporting community initiatives and infrastructure development. By encouraging competition and innovation through these RFPs and grants, the government seeks to optimize resource allocation and achieve strategic objectives. This document serves as a critical resource for potential bidders, providing them with essential information to navigate the proposal process and access federal and state funding opportunities effectively.
    The Lessor's Annual Cost Statement is a form utilized in federal real estate transactions by the General Services Administration (GSA) to outline estimated annual costs for services, utilities, and ownership expenses associated with leased properties. The document is organized into two main sections: the first addresses the estimated annual cost of services and utilities provided by the lessor, detailing categories such as cleaning, heating, plumbing, and other essential maintenance operations. The second section focuses on annual costs of ownership exclusive of capital charges, including taxes, insurance, and management fees. The form also requires lessors to identify the leased premises, compute the rentable area, and provide a best estimate or actual costs from the previous year for various service categories. Important instructions are provided on how to calculate these costs, emphasizing the need for accuracy to determine fair rental values consistent with market rates. Overall, the document serves to aid in the assessment and verification of costs associated with government leasing, ensuring transparency and accountability in federal property agreements.
    The Fire Protection and Life Safety Evaluation document outlines the requirements for assessing office buildings offered for government leases, focusing on compliance with local building and fire codes. It is structured into two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for those on or above the 6th floor, requiring a licensed fire protection engineer. Evaluation criteria include compliance with the most recent National Fire Protection Association standards, assessment of fire alarm systems, automatic fire sprinkler systems, means of egress, and the building's overall fire safety conditions. Part A consists of short-answer questions about building specifications and fire safety equipment, while Part B demands a detailed narrative report covering general information, occupancy classifications, construction types, vertical openings, means of egress, and more. Results from the engineer's evaluation must identify any deficiencies and propose corrective actions, ensuring compliance with fire safety standards. The document emphasizes the importance of these evaluations for the safety of occupants and regulatory compliance in government leases.
    This document outlines various Seismic Compliance Certificates and forms required for government buildings, particularly related to seismic evaluations, retrofits, and new constructions. It includes several forms: SEISMIC FORM A for Benchmark Buildings, SEISMIC FORM B for existing buildings, SEISMIC FORM C for retrofit or new construction commitments, SEISMIC FORM D for exemptions from seismic standards, and SEISMIC FORMS E and F for post-award seismic certifications. Each form requires information about the building characteristics, engineering assessments, and compliance with specific seismic safety standards such as ASCE/SEI 31 and ASCE/SEI 41. The primary purpose of these forms is to ensure safety and compliance in federally owned or leased buildings regarding seismic standards, thereby minimizing risks during seismic events. Engineers must provide certifications confirming adherence to the designated seismic codes and standards through these comprehensive forms. Supporting documentation must accompany the forms to substantiate the evaluations and commitments made, highlighting the government's focus on structural integrity and safety in response to natural disasters. The document serves as a critical part of the process for securing leases and grants while ensuring alignment with national safety standards.
    The document outlines requirements for federal RFPs concerning telecommunications and video surveillance services and equipment. It specifies that Offerors must complete a representation regarding their use of covered telecommunications equipment or services. Under Section 889 of the John S. McCain National Defense Authorization Act, agencies are prohibited from procuring, renewing, or extending contracts involving covered equipment or services deemed essential. Offerors must disclose whether they provide or utilize such equipment and provide detailed information about the entities producing it, its description, and intended use. The document emphasizes the importance of transparency in procurement to ensure compliance with federal law and address cybersecurity concerns. The structure includes definitions, prohibitions, procedures, and required disclosures, providing a comprehensive framework for evaluating telecommunications-related offers. This ensures that federal contracts do not involve potentially harmful technologies, maintaining the integrity of government operations.
    This document comprises a Commission Agreement between a Lessor and Savills Inc., representing the U.S. General Services Administration (GSA) for a lease of office space in Charlotte, NC. It outlines the commission structure for the Broker in the event a lease is awarded. The commission is set at 4.0% of the defined “Aggregate Lease Value,” which includes total rental costs for the initial lease term and excludes certain costs like rental abatements and escalations. Payment is structured in two phases: half upon lease award and the remainder upon Tenant occupancy or lease start date. Both parties agree on confidentiality and indemnification concerning any brokerage claims. They reaffirm that this document supersedes prior agreements, maintaining that any alterations must be in writing and signed by both parties. The Agreement reflects standard practices in government leasing, ensuring compliance and clarity in financial arrangements within federal contract scenarios.
    Similar Opportunities
    GSA Seeks Office Space in North Charleston, South Carolina
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in North Charleston, South Carolina, specifically within a delineated area defined by several key routes. The procurement requires a minimum of 2,984 square feet and a maximum of 3,000 square feet of office space, with a full term of 10 years and a firm term of 5 years, including an option for an additional 5 years. This leased space must comply with government standards for fire safety, accessibility, and sustainability, and must not be located in a floodplain. Interested parties should submit their expressions of interest to Willie Acree by October 8, 2024, with occupancy anticipated by January 1, 2025.
    United States Government Seek to Lease in Chapel Hill, North Carolina
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Chapel Hill, North Carolina, specifically requiring 16,575 square feet of space for a full term of 120 months. The facility must meet various operational needs, including access to air quality testing chambers, extensive freezer storage for samples, and proximity to a hospital for clinical support, while also adhering to government standards for fire safety, accessibility, and sustainability. This leasing opportunity is crucial for supporting scientific operations that require specialized infrastructure, and interested parties must submit their proposals electronically by September 27, 2024, to Derek Sanders at derek.sanders@gsa.gov.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN CHARLESTON, SC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charleston, South Carolina, with specific requirements for the space to accommodate government operations. The desired location must provide a minimum of 15,919 square feet of contiguous office space, accessible 24/7, and meet various safety and accessibility standards, including being outside the 1-percent-annual chance floodplain. This procurement is crucial for ensuring that government personnel have a suitable and compliant workspace, with expressions of interest due by September 19, 2024, and an estimated occupancy date of September 1, 2025. Interested parties should contact Jason Lichty at jason.lichty@gsa.gov or call 972-739-2213 for further details.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GREER, SC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greer, South Carolina, specifically requiring a total of 12,155 square feet of contiguous space. The procurement aims to fulfill the government's need for a fully serviced lease that meets specific requirements, including accessibility, fire safety, and sustainability standards, while ensuring the space is located within a defined delineated area. This opportunity is crucial for accommodating government operations and ensuring compliance with federal regulations. Interested parties must submit their Expressions of Interest by September 30, 2024, with occupancy anticipated by August 1, 2025. For further inquiries, contact Jason Lichty at jason.lichty@gsa.gov or call 972-739-2213.
    GSA is seeking Warehouse/Office space in Fayetteville, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse and office space in Fayetteville, North Carolina, specifically within a delineated area defined by I-295, I-95, Hwy 210, and SR 24. The procurement requires a total of 9,311 square feet, comprising 8,471 square feet of warehouse space and 840 square feet of office space, with additional specifications for climate control, after-hours access, and a loading dock. This opportunity is crucial for the GSA as it seeks to relocate from its current expiring lease while considering the economic advantages of alternative spaces. Interested parties must submit their expressions of interest electronically by September 30, 2024, to Lease Contracting Officer Michelle Head at michelle.head@gsa.gov.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3SC0173
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 4,668 square feet of office space in Myrtle Beach, South Carolina, under Solicitation No. 3SC0173. The space must be located in a modern building or one that has been refurbished, with specific requirements for layout, security, and accessibility to accommodate federal law enforcement operations. Interested parties are required to submit detailed proposals, including ownership credentials and site plans, by October 2, 2024, with an estimated occupancy date of July 2025. For further inquiries, potential lessors can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    GSA Seeks office space to lease office space in Jacksonville, FL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 171,059 ABOA square feet of office space in Jacksonville, Florida, due to the expiration of the current lease. The required space must comply with government regulations regarding fire safety, accessibility, seismic standards, and sustainability, and must accommodate a total of 409 parking spaces, including both surface and structured options. This procurement is essential for the GSA to maintain its operational presence in the area, with expressions of interest due by October 4, 2024, and estimated occupancy anticipated by December 1, 2027. Interested parties should direct their inquiries and submissions to E. Shawn Hayes at Shawn.Hayes@gsa.gov or Danilo Galan at danilo.galan@gsa.gov.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN AUGUSTA, GA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Augusta, Georgia, with specific requirements for the location and facilities. The government requires a contiguous office space of 2,933 square feet, with secured parking for 10 vehicles, and the site must adhere to stringent security and accessibility standards. This procurement is crucial for ensuring a secure and functional workspace for government operations, with expressions of interest due by October 2, 2024, and an estimated occupancy date of April 1, 2026. Interested parties should contact Jason Lichty at jason.lichty@gsa.gov or call 972-739-2213 for further details.
    GSA Seeking Office Space in Baltimore, MD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Baltimore, Maryland, with specific requirements outlined in a presolicitation notice. The agency requires a contiguous space of 6,603 to 6,802 ABOA square feet, located within a delineated area that includes key streets and must feature essential amenities such as a public entrance, a separate employee entrance, and two accessible elevators. This procurement is crucial as the GSA aims to fulfill its office space needs while ensuring compliance with federal standards for fire safety, accessibility, and sustainability, as the current lease is set to expire. Interested parties must submit their expressions of interest by September 24, 2024, for occupancy anticipated on March 21, 2026; inquiries can be directed to Thea Konesavanh at thea.konesavanh@gsa.gov or 267-909-4628.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Atlanta, Georgia, with specific requirements for the space configuration and compliance with government standards. The desired space must range from 14,959 to 15,706 square feet, be above grade, and accommodate specific layout and accessibility needs, including a minimum finished ceiling height and designated areas for assembly occupancy. This procurement is crucial for providing necessary office facilities for government operations, and interested parties must submit their expressions of interest by September 27, 2024, with occupancy anticipated by December 30, 2025. For further inquiries, contact Tim Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov.