GSA Seeks to Lease the Following Space: 6FL0489
ID: 6FL0489-1Type: 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 proposals for a lease of office space under Request for Lease Proposals (RLP) No. 6FL0489 in Port Saint Lucie, Florida. The procurement aims to secure between 5,331 and 5,864 ANSI/BOMA square feet of modern quality office space for a term of 15 years, with a firm commitment of 13 years, while ensuring compliance with federal regulations and standards for safety, accessibility, and environmental considerations. This opportunity is crucial for providing adequate office facilities for government operations, reflecting the GSA's commitment to maintaining high-quality standards in its leased properties. Proposals are due by November 15, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or 202-652-4199 for further information.

    Files
    Title
    Posted
    The General Services Administration (GSA) has issued Request for Lease Proposals (RLP) No. 6FL0489 for a lease in Port St. Lucie, FL, with proposals due by November 15, 2024. This RLP outlines specific requirements for space, including a minimum of 5,331 to a maximum of 5,864 ANSI/BOMA square feet within a modern quality building. The lease term is set for 15 years, with a firm 13-year period and options for termination. Key requirements for suitability include the building’s location, security specifications, and compliance with environmental and accessibility standards. Offerors must provide various documentation, including pricing details, evidence of ownership, and adherence to energy and safety guidelines. The RLP also offers preferences for historic buildings, establishing a hierarchy for evaluation based on location and historical significance. The successful bidder will negotiate specific terms after selection, with all proposals submitted electronically. This procurement reflects government efforts to maintain quality standards while supporting compliance with various regulations and preferences in leasing practices.
    This government document outlines Lease No. GS-04P-LFL00449 between a property Lessor and the United States Government, represented by the General Services Administration (GSA). The lease spans 15 years, with a firm term of 13 years, and includes specific terms regarding premises, rent, and operational rights. Key points include provisions for alterations requested by the Government, termination rights, and rental adjustments based on occupancy rates and real estate taxes. The Lessor is responsible for meeting the necessary building improvements and tenant enhancements, with costs amortized over the lease term. The document also details procedures for changes in ownership, tax adjustments, and other general conditions. The framework aims to ensure compliance with federal regulations while providing office space for government operations. Overall, this document serves to formalize the lease agreement and set expectations for both parties in terms of rights and obligations throughout the lease term.
    The Request for Lease Proposals (RLP) No. 6FL0489 outlines the procedures for submitting proposals involving sensitive information not publicly available on SAM.gov. Interested offerors must request access to specific exhibits by emailing designated GSA broker representatives, providing proof of their business need. The Lease Contracting Officer will authenticate these requests and send the requested documentation separately. Notably, proposals lacking RLP Exhibits B and K may be deemed non-responsive and eliminated from consideration. This document serves to regulate the submission process for leasing proposals, ensuring that sensitive information is shared appropriately while maintaining the integrity of the proposal review process.
    The document outlines security requirements for federal facilities designated as Facility Security Level II. It emphasizes the need for comprehensive measures to ensure the safety and protection of critical areas, employee access, and the exterior of the building. Key provisions include the implementation of employee access control systems, visitor verification processes, and stringent securing of critical areas within the facility. Additionally, the lessor is responsible for designing and maintaining various security systems, including video surveillance, intrusion detection, and duress alarms, with stringent testing and maintenance protocols established. Architectural features must incorporate security considerations, including secure locking of ground floor windows and strategic placement of HAZMAT storage. The document also mandates adherence to cybersecurity measures to prevent unauthorized access to building systems. Overall, it stresses collaboration with the Facility Security Committee to address any security-related issues and create a secure environment for government operations, ensuring compliance with federal security standards throughout the lease term.
    The document is a GSA template outlining solicitation provisions for the acquisition of leasehold interests in real property. It includes detailed instructions for offerors regarding proposal submissions, modifications, and the requirement for appearances of compliance with federal regulations. Key definitions clarify terms like “discussions,” “proposal modification,” and “proposal revision.” The document emphasizes the proper submission method, acknowledgment of amendments, and conditions under which late proposals may be considered. It mandates registration in the System for Award Management (SAM) prior to award and outlines requirements for disclosing data in proposals. Additionally, it covers information pertaining to contract execution for lessors of different types, procedures related to protests, and compliance evaluations for contracts exceeding $10 million. The main purpose is to ensure transparency, compliance, and efficiency in government leasing transactions while providing specific guidelines for potential contractors. Partnering and engaging in discussions with stakeholders is emphasized to ensure that proposals meet the government's objectives.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property under the GSA Template, emphasizing the pertinent clauses applicable to federal leases. Key areas covered include definitions, rights to sublease, conditions for default, maintenance obligations, and compliance with various federal laws regarding equal opportunity and labor standards. Specific clauses detail requirements for payment, inspection rights, and the contractor's code of ethics. Furthermore, it addresses adjustments for illegal activities and the responsibilities of lessors regarding fire and safety compliance. The structure is organized by categories such as performance, payment, labor standards, and cybersecurity, reflecting standard practices in federal acquisition processes. This document serves to ensure understanding and compliance with responsibilities and rights for both lessors and the government in lease agreements.
    The unspecified government document pertains to federal requests for proposals (RFPs), federal grants, and state and local RFPs. It likely outlines the procedures, eligibility criteria, and application processes for entities seeking funding or contracting opportunities with the government. These documents typically address topics such as project objectives, funding amounts, deadlines, and necessary qualifications. Key points include the importance of compliance with submitted guidelines and the emphasis on transparency and accountability in government spending. It may outline specific sectors or areas of interest for federal and local investment, presenting opportunities for businesses, non-profits, and governmental bodies to engage in collaborative projects. The overall purpose is to facilitate the disbursement of funding and the procurement of services while ensuring that applicants understand the requirements necessary to successfully navigate the application process. This structured approach underscores the government's commitment to enhancing public service delivery and fostering partnerships with various organizations to meet community needs effectively.
    The Lessor's Annual Cost Statement outlines the estimated annual costs for services, utilities, and ownership related to government-leased properties. The document serves as a formal request for lease proposals (RLP) and includes essential sections for detailing costs associated with services provided by the lessor, such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance. It also requires estimations of costs specific to the area leased by the government versus the entire building. Significant expenses such as salaries, supplies, real estate taxes, insurance, management fees, and lease commissions must be documented. Following the guidelines established by the General Services Administration (GSA), the lessor certifies the accuracy of the provided cost estimates. The file aims to ensure that federal leases reflect fair market values aligned with community rental standards, facilitating transparency in government procurement processes. Completing this statement is crucial for assessing the total financial implications of leasing space to the government.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation for office building space offered to the General Services Administration (GSA). It consists of two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, requiring a licensed professional engineer’s assessment. Part A includes building information, automatic fire sprinkler and alarm systems, emergency lighting, exit signs, and elevator safety features, each evaluated through a series of yes/no questions. Part B requires a detailed narrative report covering compliance with local fire codes, occupancy classifications, means of egress, automatic fire suppression systems, and overall fire safety conditions related to the offered space. Key elements to be documented include any existing code violations, construction type, and specifics regarding fire safety equipment maintenance according to relevant standards. The GSA must ensure that all evaluations aim to meet established life safety and fire protection criteria, with necessary corrective actions held as the Offeror's responsibility prior to acceptance of the space. This evaluation process highlights the federal government's commitment to maintaining a safe working environment in its facilities.
    The document outlines the general decision number FL20240228 regarding wage determinations for building construction projects in St. Lucie County, Florida. It specifies minimum wage rates for workers as mandated by the Davis-Bacon Act and related Executive Orders, indicating rates that vary based on contract dates. For contracts starting or renewed after January 30, 2022, a minimum of $17.20 per hour must be paid to covered workers, while those awarded between January 1, 2015, and January 29, 2022, must comply with a lower minimum of $12.90 per hour, unless higher rates from the wage determination apply. The document lists various classifications and their corresponding rates, including asbestosis workers, electricians, crane operators, and laborers, detailing the wage amounts and fringe benefits. It also outlines the appeals process for wage determinations, highlighting avenues for interested parties to seek reviews or challenge decisions made by the Wage and Hour Administrator. This wage determination is particularly relevant for contractors engaged in federally funded projects, reinforcing compliance with federal labor standards and emphasizing worker protections in construction projects funded through government RFPs and grants.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," a requirement tied to federal procurements and the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that Offerors declare whether they provide or use covered telecommunications equipment or services in their proposals. The document specifies that these representations and accompanying disclosures are only necessary if the Offeror indicates engagement with covered equipment or services. Definitions within the document clarify critical terms, such as "backhaul" and "critical technology." It emphasizes two main prohibitions on contracting with entities using covered telecommunications as substantial components of any system. The procedures require Offerors to check SAM for excluded parties and offer detailed disclosure if they acknowledge involvement with covered telecommunications. Additionally, substantial information is requested regarding the equipment and services involved. This disclosure process aims to prevent procurement of potentially harmful telecommunications and surveillance services, ensuring compliance with federal regulations and safeguarding national security. By facilitating transparent communication regarding telecommunications services, the document serves an essential role in the context of government RFPs and grant applications.
    Lifecycle
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2FL0911
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Tallahassee, Florida, under Solicitation No. 2FL0911. The required space encompasses 6,444 square feet and must include 13 reserved parking spaces for government vehicles, with a full lease term of 240 months and a firm term of 180 months. This procurement emphasizes the need for a modern building that meets specific architectural and security standards, ensuring minimal proximity to hazardous materials and facilities associated with foreign powers. Interested parties must submit their Expressions of Interest by October 18, 2024, including necessary documentation regarding property ownership and site plans, with a market survey anticipated in November 2024 and estimated occupancy in October 2025. For further inquiries, contact Ed Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25-REG04 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Miami Lakes, Florida, under Request for Lease Proposals (RLP) 25-REG04. The government requires a minimum of 1,862 and a maximum of 2,141 ABOA square feet of office space, with a lease term of 10 years and an 8-year firm period, commencing on May 9, 2025. This procurement is crucial for accommodating federal operations and ensuring compliance with various standards, including fire safety and seismic regulations. Interested offerors should contact Larry Wanser at laurence.wanser@gsa.gov or Dan Galan at danilo.galan@gsa.gov for further details, and must submit their offers during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website.
    General Services Administration (GSA) seeks to lease space in Orlando, FL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, specifically within a delineated area that includes key boundaries defined by major highways. The requirements include a minimum of 29,977 ABOASF and a maximum of 31,475 ABOASF, with a preference for ground floor space to accommodate a high volume of public visitors. This procurement is crucial for providing a functional and accessible office environment for government operations, ensuring compliance with various safety and accessibility standards. Interested parties must submit their expressions of interest by 5 PM EST on October 23, 2024, referencing Project 4FL0646, and can contact Melissa Hein at melissa.hein@gsa.gov or LeShaundra Greer at leshaundra.greer@gsa.gov for further details.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25REG04 - Office Space
    Active
    General Services Administration
    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 to a maximum of 4,700 ABOA square feet of Class A/B office space within a delineated area close to the Federal Courthouse, with specific requirements for secured access, contiguous space above ground level, and designated employee parking. This procurement is crucial for providing federal office facilities that meet government standards for safety, accessibility, and sustainability. Interested offerors should contact Dan Galan at danilo.galan@gsa.gov or Samantha Boesche at samantha.boesche@gsa.gov for further details, and must submit their offers during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website.
    GSA Seeks To Lease On-Airport Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease on-airport office space in Panama City, Florida, with specific requirements for the space to meet government standards. The desired office space must range between 2,789 and 3,207 square feet, include two parking spaces, and comply with fire safety, accessibility, seismic, and sustainability standards, while also being located outside the 0.2-percent-annual chance floodplain. This procurement is crucial as the U.S. Government is considering alternative locations due to the expiration of its current lease in Tampa, FL, with expressions of interest due by October 31, 2024, and an estimated occupancy date of May 23, 2025. Interested parties should contact Larry Wanser at laurence.wanser@gsa.gov or call 347-463-8522 for further details.
    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 Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) seek to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Greenville, South Carolina, under Request for Lease Proposals (RLP) No. 3SC0184. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. This procurement is essential for accommodating federal operations and ensuring compliance with federal regulations, including environmental assessments and seismic safety standards. Proposals are due by November 6, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    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 Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    The U.S. General Services Administration seeks to lease the following space in Washington, DC:
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking proposals to lease office space ranging from 74,075 to 78,648 ABOA square feet in Washington, DC, with a firm lease term of 15 years. The leased space must comply with ISC Level III security requirements, include specific building features such as a minimum ceiling height of 8’6”, and be located within a walkable distance to a Metrorail station. This opportunity is crucial for accommodating government operations while adhering to stringent safety, environmental, and accessibility standards. Interested offerors must submit their proposals by November 7, 2024, with occupancy anticipated around September 2026. For further inquiries, contact Bryant Porter at bryant.porter@gsa.gov or Emmett Miller at emmett.miller@gsa.gov.
    General Services Administration (GSA) seeks to lease space in Grenada, MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.