Solicitation Posting - 6TX0694 The US Government Seeks to Lease Office and Related Space in San Antonio, TX
ID: 6TX0694Type: Solicitation
Overview

Buyer

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

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office and related space for the Federal Bureau of Investigation (FBI) in San Antonio, Texas, under Solicitation No. 6TX0694. The procurement requires a minimum of 131,288 usable square feet and a maximum of 149,000 rentable square feet, with specific site configurations and security measures mandated, including a minimum building setback and dual vehicular access points. This opportunity is critical for accommodating the FBI's operational needs in the region, ensuring compliance with federal safety and security standards. Interested offerors must submit their proposals by April 19, 2023, and can contact Erik Weiss at erik.weiss@gsa.gov or Raquel Howard at raquel.howard@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment No. 1 to Request for Lease Proposals (RLP) No. 6TX0694 issued by the General Services Administration for office space in San Antonio, TX. The primary purpose of the amendment is to update the submission deadline for lease proposals. The new deadline for offers to be received is April 19, 2023, at 5:00 PM EST. This amendment consists of two main points: Firstly, it specifies the revised due date on the cover page of the Standard GSA Form R100; secondly, it amends a receipt protocol in Paragraph 3.02 to reflect the same deadline for submissions. All other conditions of the original RLP remain unchanged, requiring bidders to follow the specified guidelines. Offerors must sign and include this amendment with their submissions. This amendment helps ensure compliance with federal procurement processes, facilitating the timely acquisition of necessary office space for the FBI in the region.
    The document outlines Amendment No. 2 to Request for Lease Proposals (RLP) No. 6TX0694, issued by the General Services Administration (GSA) for office space in San Antonio, TX. This amendment specifies several changes to previously listed exhibits, replacing them with updated documents relevant to the lease application process. The affected documents include the lease template, security requirements, solicitation provisions, general clauses, and representation related to foreign ownership for high-security leased spaces. The amendment instructs offerors to sign and submit the updated documents by July 11, 2025. Overall, this amendment reflects the ongoing adjustments and updates necessary for compliance in federal leasing, emphasizing the importance of adhering to the outlined requirements in the procurement process.
    This document serves as Amendment No. 3 to Request for Lease Proposals (RLP) No. 6TX0694 for office space in San Antonio, Texas, intended for the FBI. The amendment involves changes to the list of documents, particularly replacing previous lease templates, while maintaining all other existing requirements. Offerors must sign and submit the amended document by July 11, 2025. Key provisions include details on the lease agreement, the specified terms for rental agreements, occupancy rights, and the integrated responsibilities and rights of both the Lessor and the Government as laid out in the lease. The amendment reiterates critical components like rental adjustments, termination and renewal options, and compliance with security and operational standards. The overall purpose of this document is to formalize adjustments needed for operational readiness and clarify the responsibilities of involved parties, consistent with federal regulations governing leasing agreements. This amendment is part of the ongoing effort to secure necessary office space for governmental functions in San Antonio, ensuring adherence to federal leasing standards and the fulfilling roles required for effective premises use.
    The document outlines the terms of Lease No. GS-07P-LTX00377 between a Lessor and the Government, represented by the General Services Administration (GSA). The lease involves a 20-year term with detailed provisions for rent, maintenance, alterations, and various operational responsibilities. Key components include the definition of leased premises, financial obligations such as annual rent calculations, parking considerations, and rights related to tenant improvements. Moreover, it specifies termination and renewal rights, as well as responsibilities for property maintenance and compliance with laws. The document emphasizes the requirements for documentation, alterations requested by the Government, and tax adjustments connected to real estate taxes. This agreement illustrates the regulatory framework governing federal property leasing, ensuring that the Government's interests are safeguarded throughout the lease term. Overall, it provides a comprehensive foundation for the operational and financial expectations placed on both parties, emphasizing transparency and adherence to established standards and regulations.
    This document outlines the Request for Lease Proposals (RLP) No. 6TX0694, which contains sensitive information that is not publicly available on SAM.gov. Potential offerors wishing to respond to the RLP must first request access to sensitive documentation from the assigned Lease Contracting Officer’s designee. Upon verifying the requester's business need for the information, the designee will provide the necessary details in a separate document format. This procedure underscores controlled access to sensitive government procurement information, ensuring that only qualified entities can submit proposals based on the confidential data provided. The RLP is a key tool in the federal leasing process, aiming to maintain security and propriety in government contracts and leasing arrangements.
    This document outlines the Security Requirements for Level IV facilities leased by the Government, emphasizing comprehensive security measures to protect critical areas and ensure the safety of occupants. Key points include the establishment of separate foot traffic patterns, reinforced lobby security, and the implementation of access control systems like magnetometers and X-ray machines for public entries. Additional measures involve strict protocols for employee and visitor access, requirements for ballistic protective barriers, and mail screening to mitigate potential threats. The document also discusses obligations regarding security systems' design, installation, and maintenance, specifically detailing advancements in intrusion detection and video surveillance systems. Landscaping and site design are mandated to prevent concealment and control public access. A combination of physical barriers, emergency response plans, and cybersecurity protocols forms a critical aspect of the security framework. The document stresses collaboration between the Lessor and Government in ensuring that all security specifications align with federal guidelines, ensuring a robust defense against various threats while maintaining operational efficiency within government-controlled spaces.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, focusing on the instructions for offerors. Key elements include definitions of terms such as "discussions" and "proposal modification," which set the stage for understanding the proposal submission process. Offerors must adhere to procedures for submitting, modifying, revising, and withdrawing proposals, including requirements for late submissions. Compliance evaluation for contracts over $10 million is mandated, ensuring equal opportunity adherence. The document details the necessary steps for various lease signers, establishing legal authority and qualifications. It emphasizes the importance of registration in the System for Award Management (SAM) and provides specifics on unique entity identification. Provisions are also made regarding the handling of protests and the criteria for awarding leases, emphasizing that price evaluation and technical ratings will influence award decisions. Special considerations regarding floodplains and environmental factors are also noted. Overall, this document serves as a comprehensive guide for prospective offerors to navigate the complexities of federal leasing solicitations and comply with governmental requirements.
    This government document outlines the general clauses related to the acquisition of leasehold interests in real property, specifically for leases under the GSA FORM 3517B framework. It includes various categories such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Subcontracting, Cybersecurity, and Other provisions. Key points include the rules for subletting and assignment, compliance obligations, maintenance responsibilities of the lessor, and detailed payment terms. Contractors must also adhere to ethical conduct standards, report on the use of subcontractors, and comply with labor laws ensuring equal employment opportunities. The document further emphasizes requirements for cybersecurity measures, including safeguarding contractor information systems and prohibitions on specific telecommunications equipment. Overall, it serves as a comprehensive guide to the contractual obligations and regulatory compliance expectations for lessors engaging with federal entities, aiming to facilitate effective lease agreements while safeguarding government interests.
    The document is a proposal for leasing space in response to a Request for Lease Proposals (RLP) from the General Services Administration (GSA), designated RLP Number 6TX0694. It includes essential premises information, details about the offered space, rates, and lease terms. The proposal collects specifics such as the building's address, square footage for various purposes, parking availability, and rental rates. It outlines costs for tenant improvements, amortization terms, and additional financial aspects like free rent offers and adjustments based on services or vacancy. Key lease conditions are stipulated, including initial term and renewal options, with requirements for property ownership and condition statements. Additional sections address compliance with safety standards, accessibility, energy efficiency, and seismic safety, ensuring alignment with government regulations. Overall, the document serves to facilitate the federal government's search for acceptable commercial space, aiding in evaluating the proposal based on various financial and regulatory criteria. The form emphasizes transparency in pricing and conditions while aligning with federal leasing procedures. It is constructed methodically, enabling systematic review of property and financial metrics vital to government leasing needs.
    The Lessor's Annual Cost Statement is a document designed for federal lease proposals to provide a detailed accounting of the estimated annual costs associated with services and utilities that lessors must furnish as part of rental agreements with the government. Key sections include a breakdown of various operational costs such as cleaning, heating, electrical, plumbing, and maintenance services. The document requires lessors to provide figures for both the entire building and the specific area leased by the government, accumulating a comprehensive annual cost estimate. It stresses the importance of determining fair market value for leased space and mandates a careful review of relevant services that impact cost. Additionally, the statement seeks to capture various ownership costs, including taxes, insurance, and management expenses, which inform the government’s assessment of lease proposals. The document concludes with a certification section, asserting accuracy in the reported costs. This statement plays a crucial role in the government’s evaluation of lease proposals within the context of federal grants and RFPs, ensuring transparency and adherence to budgetary expectations.
    The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for office buildings offered by prospective lessees. The evaluation is divided into two parts based on the building's height: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for those on the 6th floor or higher, necessitating a professional engineer's assessment. The evaluation must comply with local and national fire codes, particularly the NFPA 101 Life Safety Code. The Offeror must provide comprehensive building information, including square footage and fire safety systems like sprinklers and alarms, through a series of yes/no questions. Part B includes a detailed report prepared by a licensed fire protection engineer, addressing all fire safety conditions, deficiencies, and recommendations for compliance. The report must outline occupancy types, building construction, fire suppression systems, and means of egress. Critical findings must be documented, and corrective actions proposed if necessary, ensuring the offered space meets all safety criteria. The comprehensive nature of this evaluation underscores the GSA's commitment to maintaining safety standards in government facilities while facilitating informed leasing decisions.
    The document outlines the Standard Form 294 (SF-294), a subcontracting report primarily used by government contractors to report on subcontract awards made to small and disadvantaged businesses. It requires contractors to provide detailed information, such as company identification, contract numbers, reporting periods, and the administration of the contract (like Army, Navy, or other federal agencies). The form categorizes subcontract awards by types of businesses, including small business concerns, large business concerns, and various disadvantaged groups such as women-owned and veteran-owned businesses. Contractors are mandated to submit this report semi-annually, summarizing achievements against established goals and including indirect costs where applicable. Notably, the form collects data on subcontracts made specifically in the U.S. or under specific conditions, illustrating compliance with government goals to promote small business participation in federal contracting. The document emphasizes accountability and transparency in subcontracting practices, ensuring equal opportunities in government contracting.
    The document outlines the requirements for foreign ownership and financing representation concerning high-security leased space as defined under the GSAR 552.270-33 clause. It mandates that offerors (property owners) must provide information regarding the structure of ownership, including any immediate or highest-level owners that may be foreign entities or persons. The representation must be completed when submitting proposals and annually thereafter by the successful offeror, reflecting any changes in ownership or financing. The form includes sections to disclose the legal names, unique entity identifiers, and physical addresses of any foreign entities involved. The primary purpose is to ensure transparency about foreign interests that may affect the security and integrity of government facilities. Compliance with these requirements protects national security by allowing the government to assess risks associated with foreign investments in leased properties.
    This document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as mandated by federal law in relation to government contracts. It specifies the prohibition against procuring equipment or services that involve covered telecommunications systems, as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The representation aims to ensure that Offerors disclose whether they provide or use covered telecommunications equipment or services, requiring detailed information if they do. Key points include the definition of terms related to telecommunications services, the conditions under which agencies are prohibited from contracting, and the obligations of Offerors to perform a reasonable inquiry regarding their use of such equipment and services. The document includes a representation section for Offerors to indicate compliance and outlines necessary disclosures if affirmative responses are provided. This representation is critical for maintaining the integrity of federal contracting processes by ensuring national security concerns are addressed, particularly regarding telecommunications infrastructure and data handling.
    The document is a Commission Agreement between Easterly Government Properties (Lessor) and Savills Inc. (Broker) concerning the leasing of office space for the FBI in San Antonio, Texas. It outlines the commission structure for the broker, set at 4.0% of the Aggregate Lease Value, calculated on various lease-related payments but excluding certain costs such as rental abatements or additional tenant services. The commission is payable in two installments: half upon lease award and the remainder upon tenant occupancy or lease commencement. The Agreement also includes clauses on confidentiality, indemnification, and limitations on liability. It ensures that both parties are responsible for their own actions and provides for the payment of legal fees to the prevailing party in case of disputes. The document serves as a comprehensive agreement, superseding prior negotiations, and requiring written modifications to be valid. This reflects standard practices in federal leasing agreements, emphasizing transparent financial arrangements and mutual protections for both the lessor and broker.
    The document outlines the proposed housing plan for the Federal Bureau of Investigation's office in San Antonio, Texas, reflecting office space requirements and associated costs. It specifies a total of 131,288 usable square feet (USF) that includes office, storage, and special spaces. The current and proposed lease rates and office utilization rates (UR) are provided, indicating a slight reduction in the proposed rate from $145 to $138 per square foot. Key areas include workspace for personnel, a conference/training room, health unit, and specialized storage. The overall utilization rate considers operational space and excludes specific support areas, contributing to the calculation of the total USF per person. The document also notes a maximum rentable square footage (RSF) of 148,355, aiming to optimize space utilization. Special storage requirements and visitor screening facilities are highlighted, emphasizing that changes may occur in alignment with an upcoming Request for Lease Proposal (RLP). Ultimately, the plan aims to meet the staffing and operational needs of the FBI in San Antonio while adhering to federal space standards.
    The document outlines the delineated area for the FBI in San Antonio, TX, detailing both the original and updated boundaries. The expanded delineated area encompasses a geographic zone defined by key roads: North Loop 1604 to the north, IH-35/IH-410 to the east, IH-10/US 90 to the south, and US 90 back to North Loop 1604 on the west. The original delineated area was more restricted, primarily defining boundaries with North Loop 1604 to the north, IH-35/IH-10 to the east, US 90 to the south, and extending to local streets including Zarazmora St. The updates reflect a broader area of jurisdiction or operational focus for the FBI, indicating a strategic emphasis on community engagement and law enforcement within this specified region. This documentation falls under the purview of government RFPs and grants, showcasing the FBI's ongoing efforts to define operational parameters in alignment with public safety objectives and collaboration with local government entities.
    The U.S. General Services Administration (GSA) has issued a notification regarding a modification to the approved delineated area for lease procurement of space for the Federal Bureau of Investigation (FBI). Originally set at up to 149,000 rentable square feet in San Antonio, Texas, the prospectus was initially approved by congressional committees in 2019 and 2020. However, due to challenges in awarding a lease within the approved rental rate, GSA has proposed a larger delineated area. The new boundaries encompass the entire San Antonio Central Business District, thereby increasing the pool of potential lease offers. The revised description outlines the northern, eastern, southern, and western limits of the new area. Despite these changes, all other terms of the original prospectus remain unchanged. This adjustment aims to facilitate a more competitive bidding environment for the FBI’s space requirements. Similar notifications have been sent to relevant congressional committees to keep them informed about the alteration. The detailed mapping of both the originally approved and the newly proposed areas is included for reference.
    The document outlines the terms of Lease No. GS-07P-LTX00377 between the Lessor and the Government, represented by the General Services Administration (GSA). The lease, set for 20 years with an 18-year firm term, includes the rental details for office space and appurtenant rights like parking and access to telecommunications installations. It specifies the Government's rental obligations, providing a structure for annual rent, adjustments based on occupancy, and renewal rights. The lease incorporates requirements for property maintenance, tenant improvements, and compliance with safety and environmental regulations. Additionally, it details cost-sharing provisions regarding real estate taxes and broker commission credits. The overarching purpose of this lease is to formalize the Government's occupancy of the specified premises while ensuring compliance with federal standards and regulations for public space leasing. This document serves as a guideline for both parties, outlining rights, responsibilities, and financial obligations essential for the successful administration of the leased property.
    The document outlines security requirements for leased federal facilities categorized as Facility Security Level IV. Key provisions include the installation of security countermeasures as part of the Building Specific Amortized Capital (BSAC), with costs subject to negotiation. The Design-Basis Threat (DBT) analysis will inform site-specific security measures necessary for safeguarding critical areas and systems within the facility. Highlights include stringent access control protocols at facility entrances, lobby reinforcement to withstand explosive blasts, and the management of visitor access through electronic identification systems and security personnel oversight. There are specified requirements for securing critical systems, including emergency generator protection and the management of hazardous materials storage. Additional stipulations include comprehensive testing and maintenance of security systems, including intrusion detection and video surveillance, with the Government responsible for installation and monitoring. The document also stipulates the handling of cybersecurity for building systems, emphasizing the importance of compliance with national standards and cybersecurity frameworks to mitigate risks. Overall, these security measures aim to protect government employees, sensitive information, and critical infrastructure while facilitating compliance with governmental regulations and ensuring operational integrity in high-security environments.
    The GSA Template 3516 provides a detailed framework for the acquisition of leasehold interests in real property. It outlines critical instructions for offerors, including definitions of key terms such as "discussions," "proposal modifications," and submission processes. Proposals must be submitted in prescribed formats, and acknowledgment of any amendments is required. It specifies conditions for late proposals and outlines withdrawal procedures. The government intends to award leases based on the best value, evaluating proposals while reserving the right to reject any or all submissions. Additionally, it requires compliance with the System for Award Management (SAM) for registration and adherence to the Federal Acquisition Supply Chain Security Act. This document serves as a guide for prospective offerors, ensuring clarity in the proposal process while setting expectations for compliance with federal regulations. The framework aims to foster fair competition and transparency in government procurement processes.
    The document outlines the general clauses for the acquisition of leasehold interests in real property by the federal government, primarily governed by the General Services Administration (GSA) and Federal Acquisition Regulation (FAR) standards. It covers essential provisions, including definitions, rights concerning subletting, and responsibilities of both lessor and the government. Key topics include obligations related to property maintenance, conditions for acceptance of space, and payment terms, such as the prompt payment clause and requirements for invoicing. It also emphasizes compliance with applicable laws, cybersecurity measures, and standards for labor practices, including equal employment opportunities for veterans and disabled individuals. Additionally, specific clauses address adjustments due to violations of governmental procurement regulations, dispute resolution, and audit rights. This document serves as a vital reference for government entities seeking to enter lease agreements, ensuring that both parties abide by federal standards and contractual obligations essential for effective governance and oversight in real property transactions.
    The document outlines requirements for the inclusion of the Foreign Ownership and Financing Representation clause (552.270-33) in solicitations and lease agreements for high-security leased spaces (facility security levels III, IV, or V) as per Leasing Alert LA-24-05 and 570.703(c). It mandates that Offerors and Lessors disclose any foreign ownership or financing interests, providing a two-part representation process. This process involves completing a series of questions about immediate and highest-level owners, as well as financing entities, and requires annual updates reflecting ownership changes up to the contract's completion. The Lease Contracting Officer (LCO) must notify the Federal tenant of any foreign ownership disclosures and coordinate on security concerns. This protocol ensures that the government remains informed about potential foreign influences in high-security leases, thereby enforcing national security regulations while facilitating transparency in federal leasing processes.
    Similar Opportunities
    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.
    Renewal Option Lease in Brownsville, Texas - Redacted Justification
    General Services Administration
    The General Services Administration (GSA) is seeking to renew a lease for office space in Brownsville, Texas, as outlined in the justification document provided. This procurement aims to secure a suitable location for federal operations, ensuring continued access to necessary facilities for government functions. The leased office space is critical for maintaining effective service delivery and operational efficiency within the region. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or call 817-978-1504 for further details regarding the opportunity.
    Notice of Intent to Use Other Than Full and Open Competition
    General Services Administration
    The General Services Administration (GSA) is seeking to award a lease for office space to support the Drug Enforcement Administration at the San Francisco International Airport in California. The requirement includes a minimum of 2,096 ANSI/BOMA office area square feet, with all necessary services, utilities, and tenant alterations included in the rental agreement. This procurement is crucial for ensuring the DEA has adequate operational space at a strategic location, emphasizing the importance of maintaining law enforcement capabilities in the area. Interested parties must submit their expressions of interest to Stephen Janssen, GSA Contracting Officer, by December 26, 2025, at stephen.janssen@gsa.gov or by phone at (917) 675-0957.
    2CA1706 Redacted JOTFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to finalize a lease amendment for office space in San Diego, California, under the title "2CA1706 Redacted JOTFOC." This procurement involves a Justification for Other Than Full and Open Competition (JOFOC) for a lease extension of 18 months, with a 12-month firm period. The leased office space is critical for the GSA's operations, ensuring continued service delivery in the region. Interested parties can reach out to Maria Dent at maria.dent@gsa.gov for further details regarding this opportunity.
    General Services Administration (GSA) awards 123,940.48RSF of Office and related space in San Jose, CA 95113-2324
    General Services Administration
    The General Services Administration (GSA) is seeking to award a lease for 123,940.48 rentable square feet of office and related space located at 55 S Market Street, San Jose, CA 95113-2324. This procurement involves a new replacing lease with a total contract value of $62,012,520.00, featuring a firm term of 15 years and the inclusion of 19 parking spaces. The leased space is critical for accommodating federal operations in the region, ensuring that government services are effectively delivered. Interested parties can reach out to Maria Dent, the Lease Contracting Officer, at maria.dent@gsa.gov or (404) 275-1890 for further details regarding this opportunity.
    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.
    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.
    U.S. General Services Administration (GSA) seeking Office Space Fayetteville, Arkansas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease 4,388 ABOA square feet of office space in Fayetteville, Arkansas, as part of its Public Buildings Service initiative. The delineated area for the lease is bordered by Business 77 to the north, North Gregg Ave. to the east, W. Drake St. to the south, and Highway 112 to the west, with specific requirements including six structured parking spaces, secure parking, and a sallyport, while ensuring the location is not near a school or daycare. This procurement is essential for accommodating government operations, as the current lease is expiring, and the GSA will evaluate economic advantages related to relocation costs. Expressions of interest are due by December 26, 2025, with offers required by February 2, 2026, and the estimated occupancy date is June 1, 2027. Interested parties should contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or (817) 201-7519 for further details.
    General Services Administration Office Space Santa Fe City in New Mexico
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    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).