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 in Omaha, Nebraska, with specific requirements outlined in Request for Lease Proposals (RLP) No. 3NE0160. The GSA requires a minimum of 17,411 to a maximum of 18,280 ANSI/BOMA square feet of contiguous office space, located within a delineated area that excludes proximity to certain facilities, and must include features such as a dual port EV charging station and compliance with sustainability standards like LEED certification. This procurement is crucial for accommodating the operational needs of the U.S. Citizenship and Immigration Services (USCIS) and ensuring efficient public service delivery. Offers are due by February 11, 2025, with an estimated occupancy date of June 1, 2026. Interested parties can contact Frank Whiting at Frank.Whiting@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov 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.
    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 (GSA) seeks to lease office space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within a delineated area that includes Chicago Street to the north and Howard Street to the south. The procurement requires a contiguous space ranging from 13,423 to 14,765 ANSI/BOMA square feet, with specific features such as three surface parking spaces and compliance with government standards for fire safety, accessibility, and sustainability. This lease is critical for accommodating federal operations and ensuring compliance with federal regulations, with a firm term of 10 years and options for two additional five-year terms. Interested parties must submit their offers electronically by February 20, 2025, with occupancy anticipated by July 1, 2026. For further inquiries, contact Dennis Clemons at Dennis.Clemons@gsa.gov or Ami Rouse at Amity.Rouse@gsa.gov.
    U.S. Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the property. The GSA requires a minimum of 61,114 square feet and a maximum of 62,176 square feet of contiguous office space, including 35 reserved parking spaces for official government vehicles, and the ability to meet ISC Level IV Security Requirements. This procurement is crucial for accommodating government operations and ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 5, 2025, with occupancy anticipated in June 2027; for further details, contact Sarah Pollack or Richard T. Downey at CBRE, Inc. via the provided email addresses.
    General Services Administration; Lease-Office Space Oklahoma City, Oklahoma
    Buyer not available
    The General Services Administration (GSA) is seeking proposals to lease 14,401 square feet of office, warehouse, lab, and wareyard space in Oklahoma City, Oklahoma. The procurement requires the offered space to meet specific criteria, including a minimum warehouse ceiling clearance of 14 feet, 34 total parking spaces, and compliance with fire safety, accessibility, and sustainability standards. This lease is critical for providing secure and modern facilities for government operations, with a full lease term of 20 years and a firm commitment of 15 years. Interested parties must submit their offers electronically via the Requirement Specific Acquisition Platform by February 14, 2025, with occupancy anticipated to begin on June 1, 2026. For further inquiries, contact Zachary Crawford at 817-850-8449 or via email at zachary.crawford@gsa.gov.
    General Services Administration Lease : Warehouse - Oklahoma City, OK
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a lease of warehouse space in Oklahoma City, Oklahoma, under Request for Lease Proposals (RLP) No. 2OK0208. The GSA requires between 3,540 and 4,071 usable square feet of warehouse space with a minimum ceiling height of 14 feet and a heavy live floor load capacity of 100 lbs per square foot, along with a secured 1.5-acre wareyard for storing large equipment. This procurement is crucial for supporting government operations and ensuring compliance with fire safety, accessibility, and environmental standards. Interested parties must submit their offers by February 28, 2025, with an estimated occupancy date of July 1, 2025, and should direct their proposals to Carson Melom-Lemos at carson.melom-lemos@gsa.gov.
    US Government Seeks to Lease Space in Fremont, CA
    Buyer not available
    The General Services Administration (GSA) is seeking proposals to lease office space in Fremont, California, as part of a presolicitation notice. The required space must range from 9,830 to 11,305 square feet and comply with specific requirements for fire safety, accessibility, and sustainability, while also being outside the floodplain area. This initiative is crucial for accommodating government operations as the current lease is expiring, and the GSA will evaluate the economic viability of alternative spaces, considering relocation costs and potential agency downtime. Interested parties should submit their expressions of interest by February 12, 2025, with an anticipated occupancy date of August 1, 2026. For further details, contact Leasing Specialist Nicholas Wang at Nicholas.Wang@gsa.gov.
    General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
    Buyer not available
    The General Services Administration (GSA) is seeking proposals to lease office space in Ellensburg, Washington, under Request for Lease Proposals (RLP) No. 9WA2431. The GSA requires a minimum of 600 square feet and a maximum of 1,350 square feet of contiguous office space within a modern building, with specific compliance to security, fire safety, accessibility, and sustainability standards. This procurement is crucial for accommodating government operations while ensuring efficient and secure office environments. Interested parties must submit their offers electronically by February 19, 2025, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov.
    General Services Administration (GSA) seeks to lease office space in Salt Lake City, UT
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Salt Lake City, Utah, specifically for the United States Attorney's Office (USAO). The procurement requires a space ranging from 50,194 to 52,704 ABOA square feet, with specific security and operational requirements, including a minimum ceiling height of 9 feet, an enclosed loading dock, and compliance with various safety and accessibility standards. This lease is critical for providing a secure and functional environment for legal personnel, ensuring that the USAO can effectively carry out its mission. Interested parties must submit their offers electronically by February 13, 2025, with occupancy anticipated in August 2026. For further inquiries, contact Mark Pearce at Mark.Pearce@gsa.gov or Dan McGrath at Daniel.J.Mcgrath@gsa.gov.
    General Services Administration (GSA) Request for Lease Proposal (RLP), Solicitation No. 2TX1266 Laredo, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a lease of office space in Laredo, Texas, under Solicitation No. 2TX1266. The requirements include a minimum of 11,500 square feet and a maximum of 11,800 square feet of space, located within a delineated area defined by specific streets, and must comply with government standards for fire safety, accessibility, and sustainability. This procurement is essential as the current lease is expiring, and the GSA is evaluating alternative spaces that meet its operational needs while considering relocation costs. Interested parties must submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) by February 12, 2025, with an estimated occupancy date of February 16, 2026. For further inquiries, contact Temu Gibson at temu.gibson@gsa.gov or 817-978-4244.
    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.
    General Services Administration (GSA) seeks to lease office space in Cle Elum, WA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cle Elum, Washington, with a focus on acquiring a modern office building that meets specific requirements. The desired space must range from 600 to 1,350 square feet, accommodate two parking spaces, and comply with various government standards, including fire safety, accessibility, and security requirements. This procurement is crucial for ensuring that federal operations in the area are conducted in a suitable and efficient environment. Interested parties must submit their expressions of interest by February 19, 2025, with the estimated occupancy date set for January 31, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or by phone at (925) 790-2124.