General Services Administration (GSA) seeks to lease office space in Omaha, NE
ID: 3NE0160Type: Solicitation
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 for the U.S. Citizenship and Immigration Services (USCIS) in Omaha, Nebraska. The procurement requires approximately 17,411 to 18,280 ANSI/BOMA square feet of contiguous space in a quality building that meets specific security, accessibility, and environmental standards, with a lease term of 15 years. This opportunity is crucial for providing a professional and efficient environment for USCIS operations, reflecting the government's commitment to modernizing its facilities. Interested offerors must submit their proposals through the RSAP platform by February 21, 2025, and can contact Frank Whiting at Frank.Whiting@gsa.gov or (816) 446-4909 for further information.

    Point(s) of Contact
    Frank Whiting - Lease Contracting Officer
    (816) 446-4909
    Frank.Whiting@gsa.gov
    Nicholas Zabelin, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
    (925) 790-2124
    (925) 866-1306
    Nicholas.Zabelin@gsa.gov
    Files
    Title
    Posted
    The document outlines the delineated area map for Project #3NE0160 in Omaha, Nebraska, as of October 7, 2024. The delineated area is defined by specific geographical boundaries: to the north, the area stretches from Fort Street to Military Avenue, moving along various streets including 72nd Street and Crown Point Avenue; to the east, it follows N. 23rd Street E to the Missouri River; to the south, it extends from North Mission Avenue to Galvin Road and S 144th Street/Highway 50; and to the west, it loops back through S. 144th Street. This structured geographic framework serves as a critical reference in the context of federal and local government proposals, grants, and funding opportunities, ensuring clarity and precision for prospective projects within the specified area. The delineation indicates the focus area for development or funding initiatives, reflecting governmental efforts to allocate resources effectively and monitor grant applications or requests for proposals within Omaha.
    The government file pertains to Project #3NE0160 located in Omaha, Nebraska, detailing the delineated area relevant to the project as of June 26, 2024. The delineated area is defined by specific geographic boundaries: to the north, from 72nd Street and Ames Avenue to N. 16th Street, then to Locust Street, extending to N. 23rd Street E; eastward, the boundary follows N. 23rd Street E. to the Missouri River and along Pierce Street; to the south, from Pierce Street down to S. 10th Street, then Leavenworth Street and westward to S. 60th Street, Pacific Street, and back to 72nd Street; and finally, the west boundary resumes along 72nd Street to Ames Avenue. This delineation is essential for understanding the geographical scope of the project, likely in connection with federal or local funding opportunities, by establishing the specific area where project activities or assessments will take place, which is critical for compliance and planning purposes. The document maintains an objective tone, emphasizing geographical clarity and precision necessary for procedural adherence in government initiatives.
    The GSA Request for Lease Proposals (RLP) No. 3NE0160 outlines requirements and instructions for submitting lease offers for a space in Omaha, Nebraska, with proposals due by February 11, 2025. The document specifies the need for 17,411 to 18,280 ANSI/BOMA square feet of contiguous space in a quality building with certain features, including secure parking and compliance with accessibility, security, and environmental regulations. The lease term is set for 15 years with specific conditions regarding tenant improvements and energy efficiency standards. Offerors need to provide various pricing details, including service costs, improvements, and potential commissions. The RLP emphasizes a preference for historic properties, requiring documentation for any claims made in this regard. Offers must adhere to government-defined criteria for layout efficiency, accessibility, and environmental safety, including compliance with the National Environmental Policy Act and the Energy Independence and Security Act. The proposal evaluation method is detailed, taking into account factors like layout efficiency and historic status. This comprehensive guideline ensures that the government's leasing needs align with federal regulations and sustainability goals, while also encouraging participation from small businesses and promoting historic preservation practices.
    Amendment No. 1 to Request for Lease Proposal (RLP) No. 3NE0160, issued by the General Services Administration for USCIS in Omaha, NE, introduces critical updates to the proposal submission guidelines. The new deadline for offers to be submitted through the RSAP platform is set for February 21, 2025, at 5:00 PM Pacific Time. Notably, specific sections of the Global Lease L100 document have been removed, including the entire Ex. A related to "Lessor Reporting of Green Building Efficiency" and a section concerning "Recycling and Composting." These changes streamline the leasing process by clarifying submission requirements and eliminating outdated provisions. The amendment requires acknowledgment from offerors, signifying compliance with the new terms before submitting proposals. Overall, this amendment reflects the GSA's efforts to refine its leasing approach for federal agencies in alignment with current practices and sustainability priorities.
    The document is an amendment to Request for Lease Proposal (RLP) No. 3NE0160, issued by the General Services Administration for the United States Citizenship and Immigration Services (USCIS) in Omaha, Nebraska. The primary purpose of the amendment is to revise the submission guidelines for offers responding to the RLP. Specifically, Paragraph 3.02 Subparagraph A(2) is updated to state that offers must be submitted through the RSAP platform by March 14, 2025, at 5:00 PM Pacific Time, to qualify for consideration. The amendment emphasizes the importance of adhering to the revised timeline for proposals. The document concludes with a request for acknowledgment of receipt by the offeror, signifying their awareness of the changes. Overall, this amendment serves to clarify the submission requirements and reinforce compliance in the competitive lease bidding process.
    The document outlines the terms and conditions of a lease agreement (Lease No. GS-06P-LNE00584) between the General Services Administration (GSA) and a Lessor for government office space. It stipulates a 15-year lease term with a 10-year firm period, terminating with a 90-day written notice. The Government will pay rent in monthly installments, which includes shell rent, operating costs, and tenant improvements, with specific adjustments based on occupancy and alterations. The agreement allows for renewal after the firm term and details the rights regarding appurtenant areas, such as parking. Obligations for improvements and maintenance standards are also defined, ensuring compliance with relevant health and safety regulations. Additionally, the document references the Paperwork Reduction Act and emphasizes leasing policies to assist in budget management and transparency. This initiative exemplifies government efforts to secure necessary real estate while adhering to proper operational standards and fiscal responsibility, fitting within the larger framework of federal requests for proposals and funding mechanisms.
    The document outlines the special requirements and guidelines for the Omaha Field Office of U.S. Citizenship and Immigration Services (USCIS). It details the operational mission of USCIS, which is to manage and safeguard the immigration process while ensuring efficient service delivery. Key aspects include the design of the facility to reflect professionalism and modernity, requirements for building classification (Class A or B), branding elements like signage and color palettes, and operational hours. The document also emphasizes the importance of separating public and employee areas, ensuring accessibility, and incorporating security measures such as electronic systems and controlled access. Environmental considerations include achieving LEED certification and incorporating sustainable practices. Additionally, specific design layouts and electrical, plumbing, and flooring requirements are provided to support efficient operations and public service. Overall, the document serves as a comprehensive guideline for constructing and operating the Omaha USCIS Field Office.
    This document outlines the security requirements for federal lease agreements classified under Facility Security Level II. It specifies that costs related to security measures must be included in the Building Specific Amortized Capital (BSAC) and that maintenance costs are part of operating rent. Key areas discussed include access control, visitor verification, screening requirements, and the securing of critical areas through high-security locks and controlled access. The document emphasizes the role of the Lessor in implementing security measures, such as intrusion detection systems, video surveillance, and emergency procedures, all of which must comply with government standards and protocols. Additional stipulations cover landscaping, parking, and signage to enhance security visibility and control. Cybersecurity measures are expressly noted, prohibiting the connection of building and access control systems to federal IT networks, and outlining best practices for maintaining cybersecurity. These requirements ensure the safety and security of government buildings and their occupants, highlighting the importance of a comprehensive approach to facility security in federal contracts and procurements.
    The document outlines solicitation provisions for the acquisition of leasehold interests in real property by the U.S. General Services Administration (GSA). It details definitions for key terms like "discussions," "proposal modifications," and "time" as well as guidelines for submitting, modifying, or withdrawing proposals. Offerors must acknowledge amendments, submit proposals in sealed envelopes, and comply with specific rules to ensure timely submission, including conditions under which late proposals may be accepted. The evaluation process is highlighted, emphasizing the government's intention to award leases based on the best value proposals, while addressing equal opportunity compliance for contracts over $10 million. Additionally, it emphasizes the necessity for contractors to maintain registration in the System for Award Management (SAM) for eligibility. Important compliance and disclosure requirements related to the Federal Acquisition Supply Chain Security Act are also specified. Overall, this document serves to guide potential offerors through the proposal submission and evaluation process for leasing agreements with the federal government.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property, primarily focusing on federal government leasing agreements. Key topics include definitions, subletting and assignment rules, maintenance obligations, inspection rights, and payment protocols. It specifies that the government has the right to sublet the property while ensuring the Lessor remains liable for the lease obligations. Performance clauses detail defaults by the Lessors, inspection rights, and delivery requirements, emphasizing the government's authority to terminate the lease in case of significant defaults. Payment clauses outline rent payment timelines and conditions under which adjustments may occur based on space measurements. The document also addresses compliance with federal laws, establishing expectations for ethical conduct, labor standards, cybersecurity, and small business utilization. Central to the agreement is a clear delineation of responsibilities and rights, ensuring both parties fulfill their obligations while safeguarding public funds. This structure aims to uphold transparency, fiscal responsibility, and legal compliance in government leasing practices, aligning with broader policies in federal RFPs and grants.
    The file does not contain any content to summarize as it only displays a message indicating an issue with a PDF viewer and suggests upgrading Adobe Reader. Since the intended document with federal RFPs, grants, or local proposals cannot be accessed, no analysis, key ideas, or supporting details can be extracted. The document's purpose may have been to present information on federal and state funding opportunities, which typically would outline requirements for submissions, eligibility criteria, and deadlines for applications. However, without actual content, a summary cannot be provided. Further action may include accessing the document in a compatible format to relay relevant information on government RFPs and grants.
    The "Lessor's Annual Cost Statement," required by the General Services Administration (GSA), is a documentation tool used during the lease acquisition process by the federal government. The primary purpose is to capture the estimated annual costs of services and utilities provided by the lessor, which are factored into the overall rental consideration. The document is structured into two main sections: Section I focuses on the estimated annual cost of services and utilities, such as cleaning, heating, electrical, plumbing, and maintenance, grouped into specific categories to facilitate detailed reporting. Section II outlines the estimated annual cost of ownership, exclusive of capital charges, which includes expenses like real estate taxes, insurance, and administrative costs. Lessor certification is required to affirm that costs are accurately estimated. Additionally, the document emphasizes GSA’s policy to lease spaces at rates consistent with local market conditions. The inclusion of thorough instructions ensures lessors accurately report their costs, promoting transparency and aiding the government in lease negotiations. This tool is crucial for ensuring fair market value assessments and ensuring compliance with federal procurement standards.
    The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for office space leasing, structured into two parts based on the floor location. Part A is completed by the Offeror for spaces below the 6th floor, while Part B involves a detailed assessment by a licensed fire protection engineer for spaces 6th floor and above. The evaluation focuses on compliance with building and fire codes, particularly the National Fire Protection Association (NFPA) standards. Key requirements include assessing automatic fire sprinkler systems, fire alarm systems, exit signage, emergency lighting, and elevators. Engineers must provide a narrative report detailing existing fire safety conditions, occupancy classifications, building construction types, and any deficiencies identified against safety codes. After inspections, engineers must attest to the accuracy of their findings, and the Offeror must commit to addressing any identified issues prior to government acceptance of the leased space. This detailed evaluation ensures the safety and compliance of the offered office space, reflecting the commitment of the GSA to uphold stringent safety standards in federal leasing practices.
    This document outlines the requirements for the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as part of federal procurement processes. It emphasizes the prohibition against contracting with entities using covered telecommunications equipment as defined under Section 889 of the John S. McCain National Defense Authorization Act enacted in 2019. The "Offeror," representing owners of properties, must disclose whether they provide or use such equipment in their offerings to the government, requiring specific disclosures if affirmative answers are given. Definitions and prohibitions related to telecommunications equipment and services are outlined, detailing the necessary evaluation procedures, including reviewing the System for Award Management (SAM) for excluded parties. The document serves to ensure compliance with federal regulations that protect against national security risks, guiding Offerors in their contract submissions while maintaining the integrity of government procurement practices.
    The document serves as an Offeror Submittal Checklist for federal government RLP (Request for Lease Proposals) packages. It outlines required and optional documents that offerors must submit to fulfill GSA (General Services Administration) leasing requirements. Key required submissions include executed Broker Commission Agreements, environmental management plans for spaces with asbestos, disclosure of known hazardous conditions, evidence of ownership, and various compliance documents related to zoning and property use. Optional items include various forms related to financials and service rates. The checklist emphasizes the significance of compliance in leasing processes, ensuring that the offered space aligns with federal safety, environmental, and operational standards. This structured approach aids in maintaining regulatory adherence, protecting public interests, and facilitating the GSA's evaluation and selection process for potential leases.
    This Request for Lease Proposals (RLP) document, numbered 3NE0160, contains sensitive information not available on SAM.gov. To submit a proposal, interested offerors must first request access to this sensitive information from the Lease Contracting Officer’s designated representative. The representative will authenticate the requester's business need before providing the requested details in a separate attachment outside of the SAM.gov system. This structure emphasizes the controlled dissemination of sensitive aspects of the lease proposal process, ensuring that only qualified and vetted parties can access crucial information relevant to the RLP. This protocol is common in government RFPs, reflecting a commitment to security and compliance in handling sensitive contract information.
    Similar Opportunities
    General Services Administration Lease: Office Space Albuquerque, New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Albuquerque, New Mexico, specifically requiring a total of 7,020 ABOA square feet. The space must accommodate various functions, including office use, warehouse storage, and facilities for a helicopter and airplane base of operations, all within a secured airport perimeter. This procurement is critical as it will replace the current leased space that is set to expire, and the GSA is open to considering alternative locations if they are economically advantageous. Interested parties should submit their expressions of interest by November 14, 2024, to Mary Haralson at mary.haralson@gsa.gov or by phone at 817-978-0834, with an estimated occupancy date of February 28, 2026.
    Amended: 1NV2064 -General Services Administration (GSA) Request for Lease Proposal approximately 2,801 ABOA SF of office space in Carson City, NV
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 2,801 to 3,600 ABOA square feet of office space in Carson City, Nevada, under Request for Lease Proposals (RLP) No. 1NV2064. The leased space must meet specific requirements, including modern construction standards, security measures compliant with HSPD-12, and provisions for 24/7 HVAC for a LAN room, among other features. This procurement is crucial for accommodating federal operations while ensuring compliance with safety, accessibility, seismic, and sustainability standards. Interested offerors must submit their proposals electronically by November 6, 2023, with the goal of occupying the space by October 1, 2024. For further inquiries, potential bidders can contact Charles Chambers or Guadalupe Flores via their provided emails.
    General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, under Project Number 3CA1541. The procurement aims to secure between 44,438 and 48,883 square feet of contiguous space across two designated blocks, with specific requirements for each block, including security measures, accessibility, and compliance with federal standards. This initiative is crucial for accommodating the operational needs of the National Oceanic and Atmospheric Administration (NOAA) and the U.S. Bureau of Reclamation (USBR), ensuring a functional and secure environment for government operations. Interested parties must submit expressions of interest by January 6, 2025, with anticipated occupancy targeted for March 2027. For further inquiries, contact Tony Lucchesi at anthony.lucchesi@gsa.gov or Bruce Keyes at bruce.keyes@gsa.gov.
    Presolicitation Notice: Seeking Space in Cheyenne, WY
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cheyenne, Wyoming, as part of a presolicitation notice. The required space encompasses a total area of 6,588 square feet and must comply with specific security and safety standards, including the installation of a Sensitive Compartmented Information Facility (SCIF) and a location that is more than 400 feet from certain facilities. This procurement is crucial as it addresses the GSA's need for a new lease to replace an expiring one, while also considering economically beneficial alternatives. Interested parties must submit expressions of interest by March 18, 2025, and can contact Conrad Brooks at conrad.brooks@gsa.gov or Mike Wagner at michael.wagner@gsa.gov for further information.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.
    General Services Administration (GSA) seeks to lease the following space: Laredo, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Laredo, Texas, through its Public Buildings Service. The procurement aims to secure a suitable location for federal operations, emphasizing the need for compliance with specific leasing requirements under the NAICS code 531190, which pertains to lessors of other real estate property. This opportunity is critical for ensuring that government agencies have access to functional and efficient office environments to support their missions. Interested parties can reach out to Michael Noye at michael.noye@gsa.gov or 817-201-9326, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details.
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.
    RLP for SSA Independence, KS
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Independence, Kansas, under Request for Lease Proposals (RLP) No. 2KS0142. The procurement aims to secure a modern office building with a minimum of 4,515 square feet and up to 4,990 square feet, located within the city limits of Independence, while adhering to specific requirements such as energy efficiency, environmental assessments, and security standards. This opportunity is crucial for providing suitable workspace for government operations, ensuring efficient use of taxpayer resources. Proposals must be submitted electronically by August 9, 2024, at 5 PM CST, and interested parties can contact Emily Becher at emily.becher@gsa.gov or by phone at 816-437-5910 for further information.
    The Government is seeking to lease office and related space in Alton, IL for a minimum of 6,637 ANSI/BOMA Office Area (ABOA) to a maximum of 6,969 ABOA square feet.
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Alton, Illinois, requiring between 6,637 and 6,969 ANSI/BOMA Office Area (ABOA) square feet. The leased space must be located within a modern, professional district, ensuring compliance with accessibility standards and avoiding proximity to residential areas and floodplain zones. This procurement is critical for establishing a functional and sustainable office environment, with a lease term of 15 years, including a firm 10-year requirement, and initial occupancy anticipated by May 14, 2027. Interested parties must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) by March 14, 2025, and can contact Adam Katz at adam.katz@gsa.gov or Christopher Bonfiglio at christopher.bonfiglio@gsa.gov for further information.
    General Services Administration Lease: Office Space Roswell, New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Roswell, New Mexico, through a presolicitation notice. The procurement aims to secure suitable office facilities that meet the needs of the GSA's Public Buildings Service, which plays a critical role in providing workspace for federal agencies. This opportunity is categorized under the NAICS code 531190, focusing on lessors of other real estate property, and is essential for ensuring that government operations are conducted efficiently in the region. Interested parties can reach out to Quentin Horn at quentin.horn@gsa.gov or call 817-978-0031 for further details regarding this opportunity.