US GOVERNMENT SEEKS TO LEASE SPACE IN LAWRENCE, KS
ID: 2KS0137Type: 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 the lease of office space in Lawrence, Kansas, under Request for Lease Proposals (RLP No. 2KS0137). The procurement requires 4,016 to 4,216 ANSI/BOMA square feet of contiguous office space, along with 150 square feet of wareyard, with specific requirements for parking, accessibility, fire safety, and compliance with federal standards. This leased space will support government operations and must meet modern standards for security and sustainability, with a lease term of ten years and an option for a five-year renewal. Interested parties should submit their proposals by November 4, 2024, and can contact Jill Wilkinson at jill.l.wilkinson@gsa.gov or Bruce Keyes at bruce.keyes@cushwake.com for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 2KS0137 outlines the submission guidelines for leasing office space in Lawrence, Kansas. Proposals are due by November 4, 2024, and must meet specified requirements to be considered. The government seeks 4,016 to 4,216 ANSI/BOMA square feet of contiguous space, with additional wareyard area and specific security features, located within city limits and designed to modern standards. The lease term is 10 years with a potential 5-year renewal, subject to government termination rights. Key proposal elements include an efficient layout validation, compliance with accessibility and fire safety standards, and potential environmental considerations, such as asbestos. Offerors must provide pricing details through GSA Forms 1364 and 1217, including tenant improvement allowances. A completed submission facilitates the government's evaluation and award process based on the method defined in the RLP. This document essentially reflects government procurement practices for evaluating real estate offers in compliance with federal standards.
    The General Services Administration (GSA) is seeking proposals for Lease Proposals (RLP No. 2KS0137) for office space in Lawrence, Kansas, due by November 4, 2024. This RLP outlines the requirements for a lease including specific space needs of 4,016 to 4,216 ABOA square feet, parking provisions, amenities, and sustainability standards in compliance with the Energy Independence and Security Act. The lease term is set for ten years, with a five-year firm period, and requires subsequent tenant improvements to meet government standards. Proposals will be evaluated based on the ability to provide an efficient layout, the location's compliance with neighborhood and transportation standards, and adherence to security requirements. The document details submission procedures through the Requirement Specific Acquisition Platform (RSAP) and necessitates the inclusion of financial information, construction plans, and environmental considerations. Additionally, the successful offeror must maintain compliance with accessibility and energy efficiency guidelines. This RLP exemplifies the government's structured approach in soliciting proposals for suitable leased space while ensuring compliance with federal regulations and standards.
    The USDA Lawrence Stay-in Place Scope of Work outlines remodeling and security enhancements for a designated suite. Key tasks include replacing all flooring and base with carpet or vinyl tiles, repainting the suite, and installing cipher locks on approximately four suite entrances. Additionally, a new entrance will be added to the South/Southeast side of the building, equipped with a cipher lock and crash bar. All physical security requirements specified in the Agency Special Requirements will be incorporated. The project will also include the addition of a mudroom with vinyl tile and the installation of new exterior signage following the USDA Signage Guide. This scope serves to modernize the facility while ensuring compliance with security protocols, clearly aligning with federal guidelines for upgrades in government buildings.
    The USDA Agency Specific Requirements (RLP No. 2KS0137) outlines the specific design and functional requirements for leased office spaces in Lawrence, KS, to support USDA operations. It details spaces such as reception areas, private offices, consult rooms, conference rooms, break rooms, secure storage, open offices, and mud rooms, specifying necessary features like electrical outlets, security measures, and sound transmission requirements. The document emphasizes compliance with both local codes and lease minimums, ensuring that any conflicts are resolved in favor of the more stringent requirements. It includes physical security specifications, such as hardened customer service counters, panic buttons, intrusion detection systems, and requirements for emergency exits. Additionally, it mandates installation specifications for telecommunication networks, signage, and fire safety equipment, indicating that certain features should be included in tenant improvement costs, while others should be factored into shell rental costs. Overall, the document serves to ensure that the leased facilities meet the operational and security needs of the USDA while adhering to regulatory standards.
    The ADP and Wiring Guidelines document, published on November 3, 2023, serves as a comprehensive resource for the Infrastructure Operations Division, outlining updated standards for wiring and cabling in federal and service center office environments. The guidelines replace superseded regulations, specifically DR 3902-001, to enhance alignment with modern technological needs amidst anticipated facility consolidations. Key aspects include specifications for dedicated electrical circuits, uninterruptible power supply (UPS) requirements, distribution closet standards, and data cabling best practices using Category 6 (CAT6) or higher ethernet cabling. The document emphasizes responsibilities of the Office of the Chief Information Officer’s Client Experience Center (OCIO-CEC) for oversight and approval of all wiring plans, enhancing security, efficiency, and compliance within information technology spaces. It includes provisions for air conditioning, climate control, and emergency contacts specific to ADP rooms, reinforcing the significance of optimal operational environments for IT infrastructure. Overall, this document establishes crucial standards aimed at fostering reliable connectivity, safeguarding equipment, and streamlining office workflows in alignment with federal requirements and best practices, vital for effective management and resource-sharing within governmental facilities.
    The USDA Facility Signage Guide provides a framework for developing and implementing a cohesive signage and wayfinding system for USDA facilities, ensuring a clear representation of the agency. The primary goal is to foster a welcoming environment for visitors and staff, while effectively directing them within USDA spaces. Compliance with ADA standards for interior signage and specific DC metro signage requirements is mandated. The guide emphasizes the use of USDA signature lockups, which combine the USDA symbol and the Department name, across all facility signage. The document specifies clearance space and placement guidelines for these lockups to maximize visibility, reinforcing a consistent brand identity. Various types of signage, including free-standing, building-mounted, and office room signs, are detailed, highlighting necessary features such as directional arrows and agency names. Ultimately, this guide aims to standardize signage practices within USDA facilities, ensuring all future sign replacements align with established standards, thus enhancing the overall experience and navigation for visitors to USDA properties.
    This document outlines the security requirements for federal facilities classified as Security Level I, emphasizing the need for comprehensive security measures to protect critical areas and ensure safety. It specifies the responsibilities of the Lessor in providing access control systems, securing restricted areas, and managing visitor access. Key areas include employee access control, visitor identification, and maintaining a formal key control program. The document details requirements for securing building systems, emergency generators, and landscaping to minimize security risks. Additionally, it emphasizes the importance of cybersecurity protocols, prohibiting the connection of building access systems to federal networks, and mandates regular system assessments. The Facility Security Committee plays a crucial role in overseeing security practices, while strict controls govern access to building information. Overall, the document serves as a comprehensive guide for Lessors to meet federal security standards and ensure the safety of occupants and operations within the government-controlled space.
    The document outlines the representation regarding the provision of telecommunications and video surveillance services or equipment by federal contractors as mandated by the John S. McCain National Defense Authorization Act of 2019. It emphasizes that contractors (referred to as "Offerors") must disclose whether they supply or use "covered telecommunications equipment or services," which could include products that pose national security risks. The document details the definitions of relevant terms, the prohibitions against engaging with entities using covered equipment, and emphasizes the necessity of evaluating potential conflicts in awarded contracts. There is a requirement for Offerors to attest their compliance with these stipulations through specific representations. Furthermore, it lays out comprehensive disclosure requirements concerning equipment and services if the Offeror indicates the provision or use of such covered items. By ensuring these representations are disclosed, the document aims to uphold national security while fulfilling government procurement needs. Overall, it is structured to guide Offerors through the compliance requirements necessary for government contracting related to telecommunications.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property under the GSA. It details instructions to offerors, defining terms such as "discussions," "proposal modifications," and the process for amending solicitations. Offerors must submit proposals in compliance with specified requirements and acknowledge amendments. The document highlights conditions for late proposals, modifications, and the withdrawal process. It emphasizes the responsibility of the offeror to ensure compliance, including registration in the System for Award Management (SAM), which is mandatory before award. Additionally, there are significant provisions related to equal opportunity compliance evaluations for contracts over $10 million, and details on the execution requirements for different types of lessors (individuals, partnerships, corporations). The government retains the right to reject proposals and conduct evaluations based on defined criteria. This document serves as a comprehensive guide for stakeholders engaged in federal leases, ensuring clarity in submission processes and the legal framework involved.
    The document is a governmental clause template regarding the acquisition of leasehold interests in real property, specifically used within the General Services Administration (GSA) framework. It outlines various clauses that apply to lease agreements, emphasizing definitions, subletting, assignment, maintenance responsibilities, defaults, payments, compliance with laws, and the integration of contractor conduct. Key points include the Government's ability to sublet premises while retaining obligations, the Lessor's liability for maintenance and safety compliance, and specific guidelines for payments, including adjustment for less than contracted square footage. The document also details the rights of government inspectors and protocols surrounding lease default and damage incidents, including fire and casualty events. It establishes standards for ethical conduct, small business utilization, and cybersecurity requirements in accordance with federal laws. Overall, the document serves as a comprehensive set of conditions governing lease transactions and responsibilities between the Government and Lessors, reinforcing accountability, compliance, and operational standards critical to federal real estate management.
    The document appears to be a technical prompt related to government procurement processes, specifically focusing on RFPs (Requests for Proposals) at federal, state, and local levels. The RFPs solicit proposals from vendors to provide goods or services to governmental agencies. The context hints at the importance of clearly understanding project specifications and compliance requirements to effectively navigate the bidding process. It outlines basic steps for readers to prepare for and engage with RFP opportunities, highlighting the significance of adhering to outlined formats and submission deadlines. Moreover, the document serves as a guide to ensure that potential vendors are equipped with the necessary knowledge and resources to participate successfully in government-funded projects. Overall, this document underlines the critical nature of structured and informed approaches to securing government contracts, emphasizing adherence to regulatory frameworks throughout the procurement process.
    The Lessor's Annual Cost Statement, governed by the General Services Administration (GSA), collects essential data regarding the estimated annual costs for services and utilities associated with rented properties. The document outlines the required information pertaining to the building's name, address, rental area, and various operational costs—covering cleaning, heating, electrical services, maintenance, and more. It breaks down costs into sections for the entire building and specifically for the government-leased area, allowing for a detailed financial assessment. The form also compiles ownership costs, including real estate taxes, insurance, management fees, and maintenance-related expenses. Importantly, it emphasizes compliance with the Paperwork Reduction Act, ensuring that the data collection aligns with federal regulations. The Lessor is required to certify the accuracy of the information provided. In summary, this document serves as a standardized tool for landlords to report necessary financial metrics related to leased government spaces, crucial for evaluating rental charges and ensuring fiscal accountability in accordance with federal leasing policies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    General Services Administration (GSA) seeks to lease office space in Kansas City, MO
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Kansas City, Missouri, to accommodate government operations. The requirements specify a minimum of 20,549 square feet and a maximum of 21,576 square feet of office space, with a full term of 15 years and a firm term of 10 years, including a potential 5-year option. This procurement is crucial for ensuring that the government has a suitable and compliant workspace, free from certain prohibited co-locations, and meeting specific safety and accessibility standards. Interested parties must submit expressions of interest by October 29, 2024, with a market survey estimated for November 15, 2024, and occupancy anticipated by February 1, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or (925) 790-2124.
    General Services Administration (GSA) seeks to lease the following space: Little Rock, Arkansas
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking offers for a 15-year lease of office space in Little Rock, Arkansas, under Request for Lease Proposals (RLP) No. 2AR0298. The desired property must range from 2,800 to 3,000 square feet (ABOA) and include specific features such as a lab area with a sink, while adhering to government standards for fire safety, accessibility, seismic safety, and sustainability. This procurement is crucial for the GSA to secure suitable office space that meets federal acquisition regulations. Proposals are due by November 1, 2024, with an estimated occupancy date of August 1, 2025. Interested parties should submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) and ensure they are registered in the System for Award Management (SAM.gov).
    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) 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.
    General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Ellensburg, Washington, with a requirement for between 1,190 and 1,530 usable square feet in a modern office building. The lease will have a full term of 20 years, with a firm term of 10 years, and the space must comply with various federal standards, including fire safety, accessibility, and security requirements. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, particularly regarding sustainability and seismic safety. Interested parties must submit their proposals electronically by November 15, 2024, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or (253) 363-7022.
    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 Muskogee, Oklahoma, with a total area of 17,652 square feet. The space must be contiguous on one floor and located in a modern quality building that meets specific construction and safety standards, including fire safety, accessibility, seismic, and sustainability requirements. This procurement is essential for accommodating government operations, and interested parties must submit their expressions of interest by November 5, 2024, with an estimated occupancy date of July 2026. For further inquiries, contact Timothy M. Mazzucca or Lindsey Stegall at the GSA via email or phone.
    RLP for Park Hills, MO
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space under Request for Lease Proposals (RLP) No. 1MO2132 in Park Hills, Missouri. The procurement aims to secure approximately 6,090 to 6,394.5 square feet of office space that meets specific criteria, including compliance with security, environmental, and energy efficiency regulations, such as the Energy Independence and Security Act and an ENERGY STAR label. This opportunity is crucial for providing a functional workspace that adheres to federal standards for efficiency and safety. Interested parties must submit their proposals by October 30, 2024, and can contact Kellie Nolan at kellie.nolan@gsa.gov or 816-730-9461 for further information.
    General Services Administration; Lease-Office Space Oklahoma City, Oklahoma
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Oklahoma City, Oklahoma, specifically for the Public Buildings Service. The procurement involves a requirement for a minimum of 14,401 square feet of office, warehouse, lab, and wareyard space, with specific stipulations including a minimum of 10 covered parking spaces for government vehicles and 24/7 access. 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 by October 31, 2024, with a market survey estimated for November 18, 2024, and occupancy anticipated by June 1, 2026. For further inquiries, contact Zachary Crawford at zachary.crawford@gsa.gov or call 817-850-8449.
    General Services Administration (GSA) seeks to lease the following 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 desired space must range from 39,540 to 41,200 rentable square feet, distributed across a maximum of four floors, with at least 35,540 square feet contiguous on three consecutive floors, and located on the third floor or higher. This procurement is crucial as the government is exploring alternative office locations due to the impending expiration of its current lease, aiming to assess the cost-effectiveness of relocating. Interested parties must submit expressions of interest by October 25, 2024, including detailed documentation and drawings, with the anticipated occupancy date set for August 1, 2028. For further inquiries, contact Thea Konesavanh at thea.konesavanh@gsa.gov or 267-909-4628.
    U.S. Government 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 Greenbelt, Maryland, with specific requirements for the space to meet government standards. The desired location must provide between 3,279 and 3,440 square feet of office space, including one reserved parking space, and must comply with fire safety, accessibility, seismic, and sustainability standards. This procurement is crucial for accommodating government operations, and interested parties should submit expressions of interest by October 24, 2024, with an estimated occupancy date of March 1, 2025. For further inquiries, contact Gregory Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov.