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

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, as part of its procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with a lease term of 15 years and options for two five-year renewals. This opportunity is crucial for accommodating government operations and ensuring compliance with safety and environmental standards. Interested parties 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 information.

    Point(s) of Contact
    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.
    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 Space in Orlando
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, to accommodate an expansion of its current operations. The GSA requires a minimum of 11,000 and a maximum of 12,500 ABOA square feet of office space within a delineated area defined by Colonial Drive to the North, Hwy 436 to the East, Hwy 482 to the South, and S John Young Parkway leading to I-4 and N. Orange Blossom Trail to the West. This procurement is crucial for meeting the agency's operational needs while ensuring compliance with government standards for fire safety, accessibility, and sustainability, as well as avoiding locations within a flood plain. Interested parties should submit expressions of interest by February 13, 2025, and may contact Lease Contracting Officer Johnny F. Anderson at johnny.anderson@gsa.gov or by phone at 954-540-7164 for further details.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 0FL2306
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Doral, Florida, under Solicitation No. 0FL2306. The procurement requires a space between 8,394 and 10,410 square feet, including approximately 2,000 square feet designated for storage, within a modern quality building that meets specific construction and security standards. This opportunity is crucial for accommodating government operations while ensuring compliance with federal safety and sustainability regulations. Interested parties must submit their expressions of interest by February 13, 2025, and can contact Ed Brennan or Sam Dyson at the GSA for further details at edward.brennan@gsa.gov or samuel.dyson@gsa.gov, respectively.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2FL0911
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 6,444 ABOA square feet of office space in Tallahassee, Florida, under Solicitation No. 2FL0911. The procurement aims to secure a suitable facility that meets modern construction standards, security requirements, and accessibility considerations for federal use, with a lease term of 20 years and a 15-year firm period. This opportunity is critical for providing operational space for government functions, ensuring compliance with federal regulations, including energy efficiency and safety standards. Interested offerors must submit their proposals by February 7, 2025, and can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG04 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Ocala, Florida, under Request for Lease Proposals (RLP) 25REG04. The GSA requires a minimum of 4,512 and a maximum of 4,700 ABOA square feet of Class A/B office space, with a lease term of 15 years, including a 13-year firm term, and specific requirements for secured access and employee parking. This procurement is crucial for accommodating federal operations and ensuring compliance with various safety and accessibility standards. Interested offerors should contact Dan Galan at danilo.galan@gsa.gov or Samantha Boesche at samantha.boesche@gsa.gov for further details, and must register to offer space through the Automated Advanced Acquisition Program (AAAP) by following the instructions on the AAAP website during the designated open periods.
    U.S. Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the property. The GSA requires a minimum of 61,114 square feet and a maximum of 62,176 square feet of contiguous office space, including 35 reserved parking spaces for official government vehicles, and the ability to meet ISC Level IV Security Requirements. This procurement is crucial for accommodating government operations and ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 5, 2025, with occupancy anticipated in June 2027; for further details, contact Sarah Pollack or Richard T. Downey at CBRE, Inc. via the provided email addresses.
    General Services Administration Seeks to lease the Following Space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Pembroke Pines, Florida, to support operations for the National Oceanic and Atmospheric Administration (NOAA). The procurement requires a facility with a minimum of 3,500 square feet and a maximum of 7,000 square feet, including specific features such as restricted access, 24-hour availability for NOAA inspectors, and designated areas for product inspections and employee amenities. This initiative is crucial for enhancing NOAA's operational capabilities in South Florida, ensuring compliance with federal standards for safety and accessibility. Interested parties must submit their Expressions of Interest by February 14, 2025, to Jason Lichty at jason.lichty@gsa.gov, with further details available in the attached specifications.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG04 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Saint Petersburg, Florida, under Request for Lease Proposals (RLP) 25REG04. The GSA requires a contiguous office space ranging from 3,200 to 3,520 ABOA square feet, with specific location criteria including a modern building within a designated delineated area, which is bounded by Ulmerton Rd to the north, Roosevelt Blvd N and 28th St N to the west, Gandy Blvd N to the south, and the Tampa Bay shoreline to the east. This procurement is crucial for accommodating government operations, ensuring accessibility, and providing necessary amenities for agency employees. Interested offerors must register through the Automated Advanced Acquisition Program (AAAP) and submit their proposals during the designated open periods, with the lease term set for 10 years and an 8-year firm period. For further inquiries, contact E. Shawn Hayes at eulando.hayes@gsa.gov or Dan Galan at danilo.galan@gsa.gov.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Fort Myers, Florida, under Request for Lease Proposals (RLP) 25REG00. The GSA requires a minimum of 980 and a maximum of 1,280 ABOA square feet of office space, with a lease term of 10 years and a 5-year firm commitment, ensuring the location is ADA accessible and situated in a low-crime area. This procurement is part of the Automated Advanced Acquisition Program (AAAP), which facilitates the leasing of space for federal use, and interested offerors must register on the AAAP website to submit their proposals during the designated open periods. For further inquiries, contact James Cunningham at james.cunningham@gsa.gov or Dan Galan at danilo.galan@gsa.gov.
    US GOVERNMENT WANTS TO LEASE OFFICE AND RELATED SPACE IN JACKSONVILLE, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Jacksonville, Florida, to support the National Marine Fisheries Service's mission. The required space must be between 710 and 1,095 square feet, located within a delineated area that includes specific geographic boundaries to ensure accessibility to the coastal fishing industry. This procurement is critical as it facilitates the operations of NOAA stakeholders who work along the coast, and the offered space must comply with government standards for fire safety, accessibility, and sustainability. Interested parties should submit their Expressions of Interest by February 14, 2025, to Jason Lichty at jason.lichty@gsa.gov, with occupancy anticipated by February 1, 2026, or sooner.
    General Services Administration (GSA) seeks to lease the following space: 2TX1267
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and office space totaling 28,417 square feet in Irving, Texas, with secured parking for five vehicles. The lease will consist of a full term of 17 years and a firm term of 15 years, requiring the building to be of modern quality construction with specific design criteria, including compliance with fire safety, accessibility, seismic, and sustainability standards, while also ensuring the property is not located in a floodplain. This opportunity is part of the GSA's process to secure federal space as the current lease is expiring, and interested parties must submit detailed proposals by February 24, 2025, including information on building ownership, age, site plans, and expected rental rates. For further inquiries, contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or by phone at 202-652-4189.