General Services Administration (GSA) seeks to lease space in Orlando, FL
ID: 4FL0646Type: Solicitation
AwardedAug 18, 2025
$35.3M$35,321,376
AwardeeUIRC-GSA ORLANDO FL, LLC Lemont IL 60439 USA
Award #:GS-04P-LFL02907
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, through a competitive procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with specific requirements for parking, safety, and environmental considerations. This leasing opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, with a lease term of 15 years and potential extensions. Interested parties must submit 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 information.

    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 in Panama City, FL:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Panama City, Florida, with specific requirements for the location and building characteristics. The GSA requires a minimum of 4,176 square feet and a maximum of 4,350 square feet of contiguous office space, ideally situated on the second floor or higher, with five reserved parking spaces and compliance with various government standards for safety and sustainability. This procurement is crucial as the U.S. Government's current lease is expiring, and the GSA is exploring economically advantageous alternatives for its office needs. Interested parties must submit their expressions of interest by December 29, 2025, including detailed property information and contact details, to Bryant Porter at bryant.porter@gsa.gov.
    1FL2464 Redacted JOFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a procurement related to the lease or rental of office buildings, specifically under the title '1FL2464 Redacted JOFOC.' This opportunity is managed by the Public Buildings Service, with the objective of securing office space in Tampa, Florida, to meet federal operational needs. The procurement is significant as it addresses the essential requirement for government office facilities, ensuring that federal agencies have the necessary infrastructure to operate effectively. Interested parties can reach out to Larry Wanser at laurence.wanser@gsa.gov or 347-463-8522, or Danilo J. Galan at danilo.galan@gsa.gov or 954-233-9249 for further details regarding this opportunity.
    2FL0895 - Redacted JOTFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under the opportunity titled "2FL0895 - Redacted JOTFOC." This procurement involves a justification for leasing office space in Fort Walton Beach, Florida, and is categorized under the lease/rental of office buildings. The selected contractor will play a crucial role in providing necessary office accommodations for government operations. Interested parties can reach out to LaShone Butler at lashone.butler@gsa.gov or 404-213-0879, or Danilo J. Galan at danilo.galan@gsa.gov or 954-233-9249 for further details regarding this opportunity.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    1FL2517 Posting of Redacted JOTFOC in Zephyrhills, FL
    General Services Administration
    The General Services Administration (GSA) is seeking to finalize a lease for office space under project number 1FL2517 in Zephyrhills, Florida. The procurement is justified as a sole source acquisition due to the unique requirements of the tenant agency, which necessitates a specific location that cannot be met by alternative sites. This decision follows extensive market research indicating that pursuing full and open competition would not yield cost-effective solutions, as relocation and duplication costs could not be recovered. Interested parties can reach out to LaVar Jamison at lavar.jamison@gsa.gov or 954.232.9031, or Danilo J. Galan at danilo.galan@gsa.gov or 954.233.9249 for further details.
    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.
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA for further details.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    GSA Seeking Office Space for Lease in Green Bay, WI
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Green Bay, Wisconsin, specifically requiring between 16,597 and 17,470 ABOA square feet of contiguous space. The leased space must be located within a commercial office district, accessible 24/7, and meet various federal standards, including ISC Facility Security Level III and fire safety regulations. This procurement is crucial for accommodating government operations in a modern and secure environment, with offers due by December 24, 2025, at 11:59 PM CST, and occupancy anticipated around June 1, 2027. Interested parties should contact Donald V. Padrnos or Kovas I. Palubinskas for further information and must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP).
    GSA 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.