General Services Administration (GSA) seeks to lease space in Orlando, FL
ID: 4FL0646Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Residential Buildings and Dwellings (531110)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, with a requirement for between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space. The lease term is set for 15 years, with options for two five-year renewals, and the government aims for occupancy by November 2026. This procurement is crucial for providing a secure and modern working environment for federal operations, emphasizing compliance with safety, environmental, and operational standards. Interested offerors must submit their proposals by February 24, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further details.

    Point(s) of Contact
    Melissa Hein
    (212) 326-1064
    (212) 326-1034
    melissa.hein@gsa.gov
    Leshaundra Greer - Lease Contracting Officer
    (404) 562-0586
    Leshaundra.Greer@gsa.gov
    Files
    Title
    Posted
    The document outlines the delineated area for Project #4FL0646, specifying its geographic boundaries in Central Florida. The northern boundary extends from Highway 50 (East Colonial Drive) to 435 (North Kirkman Road), leading to I-408 (Spessard Holland East/West Expressway). The eastern and southern limits are defined by I-417 (Central Florida Greenway), while the western boundary traverses from the Florida Turnpike through I-4 (Hwy 400) to Highway 528 and back to the Florida Turnpike. This structured delineation is critical for understanding the project's geographical scope, which is essential for subsequent federal and state RFPs and grant applications. The document serves as a basis for evaluating proposals and ensuring appropriate spatial focus for development projects within the designated area.
    This document is Amendment Number 1 to Request for Lease Proposals (RLP) No. 4FL0646, regarding office space in Orlando, Florida. It reopens the solicitation and updates certain details while keeping other requirements unchanged. Key changes include the modification of operational hours: the Government will operate from 6:00 AM to 6:00 PM on weekdays and Saturdays, with specified services available during these times. Cleaning schedules and responsibilities for onsite housekeeping staff have also been revised. The amendment emphasizes professionalism and appearance standards for the Lessor's personnel. Offerors are required to acknowledge receipt of this amendment by signing and submitting it by the due date. This document highlights the attention to operational efficiency and service quality within government leasing processes.
    The file outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, specifically tailored for government contracts involving leased spaces. It details various clauses, including definitions, subletting, successors bound, conditions related to subordination, alterations, maintenance, and compliance with laws. Key clauses cover default conditions for lessors, inspection rights for the government, and payment terms, emphasizing the government's rights and obligations. The document prioritizes maintaining high standards in property management and regulatory compliance, reflecting an emphasis on safety and suitability for government use. It mandates that lessors maintain properties in good condition, allows for government inspections, and stipulates procedures for resolving defaults. Additionally, it includes stipulations regarding contractor conduct, labor standards, equal opportunity, and cybersecurity measures. This comprehensive framework guides federal agencies and contractors in managing property leases, ensuring both parties adhere to governmental regulations while fostering transparency and accountability.
    This document outlines the Lease Agreement (Lease No. GS-04P-LFL02907) between the Government and the Lessor regarding the rental of specific premises. The Government aims to secure office space for 15 years, with options for two five-year renewals. Key terms include monthly rent, potential free rent for initial months, and adjustments based on tenant improvements and operating costs. The lease stipulates responsibilities for alterations requested by the Government, maintenance obligations, and provisions for termination and renewal rights. The Lessor is required to provide office space, parking, and related services while meeting specific construction and occupancy standards. Rent adjustments will occur based on real estate taxes and occupancy percentages. Additionally, the document includes several sections detailing payment processes, definitions, authorized representatives, and compliance with federal regulations. The overall purpose of the Lease Agreement is to establish a contractual framework ensuring the Government's requirements for office space are met efficiently and effectively.
    This document outlines the Facility Security Requirements for leased spaces designated as Security Level III by the government. It emphasizes the implementation of security measures throughout the design and construction phases, including building-specific security countermeasures and risk assessments conducted in collaboration with the Federal Protective Service (FPS). The Lessor is responsible for a series of detailed security protocols, which consist of controlled access to entrances and lobbies, monitoring of critical areas, visitor sign-in procedures, and the installation of Intrusion Detection Systems (IDS) and Video Surveillance Systems (VSS). Security measures also extend to landscaping strategies to deter crime and protect the exterior, along with restrictions on signage that identifies government occupancy. The document mandates a constraint on access to security plans and emphasizes collaboration with the Facility Security Committee. Additionally, cybersecurity measures must be adopted to safeguard Building Access Control Systems (BACS) from potential threats. Overall, the document reflects the government’s commitment to security within its facilities, focusing on risk mitigation and ensuring the safety of its assets and personnel during and after construction.
    The document outlines solicitation provisions concerning the acquisition of leasehold interests in real property as per the General Services Administration (GSA). Key elements include definitions of terms related to proposals and modifications, instructions for submission, late proposals conditions, and requirements concerning the disclosure and use of data in submitted proposals. The document emphasizes that proposals must comply with specific submission formats and deadlines, detailing how late proposals will be handled. It also stipulates conditions for submitting proposals that deviate from stated requirements and the necessity for a preaward compliance evaluation for contracts over $10 million. Furthermore, it outlines the procedural steps for executing leases and the requirement for registration in the System for Award Management (SAM). The primary aim is to establish a structured and transparent process for government leasing, ensuring compliance with federal regulations while promoting fair evaluation and award of leases. This framework is essential for managing federal contracts related to leasehold properties, aligning with government procurement standards to enhance efficiency and accountability.
    The document is currently inaccessible as it appears to be a technical issue with the file format or viewer. It lacks content necessary for analysis and summarization. For effective review, it is recommended to obtain a properly formatted document that includes relevant content pertaining to federal RFPs, grants, or local proposals. Once accessible, a thorough evaluation can be conducted to distill key points, main topics, and supporting details essential for crafting an informative summary aligned with government grant activities. Without the actual content, a meaningful summary cannot be generated.
    The Lessor's Annual Cost Statement is a required document for federal leasing, specifically under the General Services Administration (GSA) guidelines. It provides a structured outline for lessors to estimate the annual costs associated with services and utilities included in lease agreements. The statement is divided into two sections: Section I focuses on the estimated annual cost of services such as cleaning, heating, plumbing, and maintenance. Section II evaluates the annual cost of ownership excluding capital charges, covering expenses like real estate taxes, insurance, and maintenance costs. Lessees must provide detailed breakdowns of costs for various services, alongside certification that the provided estimates are accurate. This document plays a critical role in ensuring that rental charges are consistent with community standards, facilitating the government's ability to assess fair market value for leased properties. The annual cost estimates are essential for both financial planning and compliance with regulations governing federal leasing practices. This structured approach helps to maintain transparency and accountability in government contracting processes.
    The document outlines the Fire Protection and Life Safety Evaluation process for office buildings, focusing on both below and above 6th-floor spaces. Part A requires submission by the Offeror for spaces below the 6th floor and includes basic building and safety system information, while Part B requires a comprehensive report from a licensed professional engineer for spaces at or above the 6th floor. The evaluation emphasizes compliance with local building and fire codes and the National Fire Protection Association (NFPA) standards. Offerors must assess automatic fire sprinkler and alarm systems, exit signage, emergency lighting, and egress pathways, among other safety measures. The document stipulates that any deficiencies identified must be addressed by the Offeror prior to government acceptance of the leased space. This fire evaluation process is crucial for ensuring the safety and integrity of federal leased office environments, aligning with regulatory requirements and enhancing overall building safety. The structured forms and detailed evaluations aim to ensure that all spaces offered meet necessary safety standards, thereby protecting occupants and mitigating fire risks.
    The document outlines the representations required from offerors and lessors regarding foreign ownership and financing for high-security leased spaces as part of government contracting processes. It defines key terms such as "foreign entity," "foreign person," and "immediate owner," and establishes the obligation for offerors to disclose ownership structure and financing details when submitting proposals. This representation is not only required at the initial proposal stage but must also be updated annually to reflect any changes in ownership or financing arrangements. Critical components include identifying immediate and highest-level owners, as well as any foreign involvement in ownership or financing, with corresponding addresses and unique identifiers. The focus is on ensuring that the government has accurate, complete data regarding the ownership and financial sources to mitigate potential risks associated with foreign entities. Overall, this representation is essential for transparency in high-security leasing arrangements within federal contracting contexts.
    This document outlines a representation regarding telecommunications and video surveillance services or equipment in the context of federal procurement. It emphasizes the prohibition, established under Section 889 of the John S. McCain National Defense Authorization Act, on securing contracts that involve certain covered telecommunications equipment or services. Companies, referred to as "Offerors," must declare if they provide or use such covered services in relation to any government contracts. The document delineates the definitions involved and sets forth the necessary procedures for offerors to assess their compliance with these regulations, including reviewing the System for Award Management (SAM) for excluded entities. It further elaborates on the required disclosures regarding covered telecommunications equipment or services, stressing the need for transparency in the procurement process to avoid using unauthorized technology or systems. The main objective is to ensure government contracts align with national security interests by effectively barring certain high-risk telecommunications providers.
    The GSA Request for Lease Proposals (RLP) No. 4FL0646 outlines instructions and requirements for leasing office space in Orlando, FL, with proposals due by February 24, 2025. The government seeks between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building with specified parking, safety, and environmental considerations. The lease term is set for 15 years, potentially extendable, with occupancy expected by November 2026. Unique requirements include location in a prime commercial area free from industrial uses and avoidance of floodplains. Offerors must provide a competitive pricing structure, including tenant improvements and a robust security plan compliant with federal standards. The document emphasizes efficiency in space layout while also requiring adherence to environmental and historic preservation laws. Overall, the RLP aims to secure a suitable building in alignment with governmental standards and use requirements, ensuring transparency and fairness in the procurement process.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 17,652 ANSI/BOMA square feet of office space in Muskogee, Oklahoma. The lease term is set for 17 years, with a firm commitment of 15 years, and includes provisions for tenant improvements and security upgrades, as well as compliance with various federal regulations regarding safety and accessibility. This procurement is crucial for accommodating federal operations and ensuring that the leased space meets operational needs while adhering to sustainability and safety standards. Interested offerors must submit their proposals by April 10, 2025, and can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    Recruiting Station - Armed Forces Career Center - Orlando, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space of 5,552 to 6,940 gross rentable square feet in Orlando, Florida, to serve as an Armed Forces Career Center. The space must accommodate parking for approximately eighteen government vehicles and include a full-service lease covering utilities and janitorial services, with a lease term of five years and government termination rights. This procurement is crucial for establishing a functional and secure environment for military recruitment efforts, ensuring compliance with various operational and safety standards. Interested parties should submit their completed Proposal to Lease Space form and required documents to Ana Fraguada via email by 11:59 PM on March 21, 2025, and must be registered in the System for Award Management (SAM) prior to contract award.
    The Government is seeking 26,736 ABOA SF of office and related space in Cleveland, OH
    Buyer not available
    The General Services Administration (GSA) is seeking to lease 26,736 ABOA square feet of office space in Cleveland, Ohio, under Project 4OH0435. The requirements stipulate that the space must be located in a prime commercial office district, be contiguous on one floor with a minimum ceiling height of 10 feet, and include accessible parking and public transportation options. The lease term is set for 10 years, with a firm term of 5 years, and the offered space must comply with various safety and sustainability standards while avoiding proximity to establishments selling alcohol, firearms, or related to drug treatment. Interested parties must submit their expressions of interest by April 11, 2025, with an estimated occupancy date of May 2, 2026; proposals should be directed to Kevin Yates at CBRE via email at Kevin.Yates@cbre.com or by phone at 440-725-6131.
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    General Services Administration (GSA) seeks to lease office space in Lakewood, CO
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Lakewood, Colorado, with specific requirements for the location and characteristics of the space. The GSA requires a contiguous office space ranging from 12,350 to 13,585 square feet, with strict guidelines regarding accessibility, proximity to public transportation, and the surrounding environment to ensure a suitable working atmosphere. This procurement is essential for accommodating federal operations, and interested parties must submit their expressions of interest by March 18, 2025, with an estimated occupancy date in June 2026. For further inquiries, contact Tim Pavek at Carpenter/Robbins Commercial Real Estate, Inc. via email at timothy.pavek@gsa.gov or by phone at 925-790-2134.
    Lease of Office Space within Region 3
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space within Charlottesville, Virginia, specifically targeting a range of 3,123 to 3,280 ABOA square feet. The procurement aims to secure modern, quality office space with specific requirements, including four reserved parking spaces and the potential for antenna installation, under a fifteen-year lease term with an initial ten years firm. This opportunity is crucial for accommodating government operations while ensuring compliance with federal regulations, energy efficiency standards, and stringent security measures. Interested offerors must submit their proposals by April 1, 2025, and can direct inquiries to Ryan Squillante at ryan.squillante@gsa.gov or Samantha Poole at samantha.poole@gsa.gov for further details.
    General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Santa Barbara, California, specifically for the United States Bankruptcy Courts and United States Marshals Service. The procurement requires a minimum of 16,219 to a maximum of 17,030 ANSI/BOMA square feet of contiguous office space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with federal safety and accessibility standards. This opportunity is critical for ensuring functional and secure judicial operations, with proposals due by March 31, 2025, and occupancy anticipated by February 26, 2026. Interested parties should submit offers electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Maria Dent at Maria.Dent@gsa.gov or Dan McGrath at Daniel.J.Mcgrath@gsa.gov for further information.
    The Government Seeks to Lease Office and Related Space in Jamaica, NY
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Jamaica, New York, specifically near JFK Airport. The procurement requires a minimum of 29,855 ABOA square feet and a maximum of 31,348 ABOA square feet of office and warehouse space, with a full lease term of fifteen years. This opportunity is critical for accommodating government operations and must comply with various safety and sustainability standards, including not being located in a floodplain. Interested parties should submit their expressions of interest by March 17, 2025, to Dominic Vedder at dominic.vedder@gsa.gov or Ralph Guiffre at Ralph.Guiffre@cbre.com, ensuring they provide necessary documentation of ownership or authorization to represent the owner.
    X1DB--FY25 Succeeding Lease: Veterans Readjustments Counseling Service Center Orlando
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Veterans Readjustments Counseling Service Center in Orlando, Florida, as the current lease is set to expire. The requirement includes approximately 4,622 rentable square feet of clinical space, with specific conditions such as on-site parking for 10 vehicles (including 2 ADA compliant spaces) and a lease term of up to 20 years. This initiative is crucial for ensuring adequate facilities for veteran services while adhering to fiscal responsibility in leasing arrangements. Interested offerors must submit site-specific information via email to Brittany Rodriguez by 2:00 PM on March 24, 2025, with the understanding that this notice is not a solicitation for offers but may lead to future solicitations.