1NV2064 -General Services Administration (GSA) Request for Lease Proposal approximately 3,500 ABOA SF of office space in Carson City, NV
ID: 1NV2064Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 LEASING DIVSAN FRANCISCO, CA, 94102, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration (GSA) issued Amendment No. 1 to Request for Lease Proposals (RLP) No. 1NV2064 concerning office space in Carson City, Nevada. This amendment clarifies requirements regarding single trailer parking and alters space specifications. The leased office must occupy between 2,801 to 3,500 square feet in a modern building, complete with specific construction materials and features, including 15 reserved parking spaces (with designated trailer parking) and additional support requirements such as fenced areas. The initial lease term is set for 10 years, with an 8-year firm commitment and a termination notice of 60 days. Furthermore, the Tenant Improvement (TI) allowance is established at $50.11 per ABOA square foot, and offerors are informed that costs may exceed this amount for approved modifications. Detailed requirements span various office spaces, including open office areas, conference rooms, storage, and a LAN room, all of which must meet specific construction and technology standards. Security measures include access controls compatible with HSPD-12. The summarized document serves as a formal notice to potential offerors to ensure compliance with the outlined parameters before submitting proposals by the deadline of March 18, 2025.
    The GSA Request for Lease Proposals (RLP) No. 1NV2064 seeks proposals for a lease in Carson City, NV, with a submission deadline of November 6, 2023. This document outlines the requirements for proposals, including the type of space needed, specifications for the building, and terms of the lease. The required office space is between 3,500 to 3,600 square feet, with specific parking requirements and features such as 24/7 HVAC for a LAN room and lab storage provisions. The evaluation and award process will be based on the proposal's adherence to the RLP requirements, efficiency of layout, and compliance with security, historic preservation, seismic safety, and energy efficiency standards. Offerors must submit detailed pricing information and evidence of zoning compliance, as well as various documentation regarding environmental assessments and fire safety evaluations. Objective evaluation will ensue, with preference given to submissions from small businesses and those that meet specific statutory exceptions set forth in the Energy Independence and Security Act. The selected lease will be binding upon the Lessor once executed by the Contracting Officer, ensuring compliance with federal regulations throughout the lease term.
    The General Services Administration (GSA) is issuing a Request for Lease Proposals (RLP) for office space in Carson City, Nevada. The required space is between 3,500 to 3,600 square feet and must accommodate specific needs, including 24/7 HVAC for a LAN room, pull-through parking for a trailer, and access to fiber optics. The lease will be for a full term of 10 years, with an 8-year firm term. Additional requirements include compliance with government safety, accessibility, seismic, and sustainability standards, as well as ensuring the property is not within a floodplain. Interested parties must submit proposals electronically by November 6, 2023, to occupy the space by October 1, 2024. The document also emphasizes the necessity for entities to register with SAM.gov and to be aware of Section 889 telecommunications prohibitions. Government contacts for clarifications are provided.
    The document is a lease agreement between the General Services Administration (GSA) and a Lessor for a government office space, stipulated under Lease No. GS-09P-LNV02294. The agreement outlines key terms including the lease's purpose, the specific premises being leased, and critical conditions such as rental rates and potential adjustments based on occupancy percentages and real estate taxes. The lease is structured to span a firm term of ten years, with outlined options for renewal and termination. Additional clauses address tenant improvements, rent calculations including amortization options for improvements, and responsibilities for utility provision and maintenance. The lease mandates that all construction standards align with government regulations, ensuring quality and safety measures are met throughout the duration of the lease. This document serves as a comprehensive framework for the relationship between the government and the Lessor, ensuring compliance with regulatory requirements and establishing clear guidelines for financial and operational responsibilities throughout the lease term.
    This document is a solicitation provision for the simplified acquisition of leasehold interests in real property under GSA RLP No. 1NV2064. It outlines important instructions for offerors regarding the submission, modification, revision, and potential withdrawal of proposals. Key components include definitions of terms used, conditions for late submissions, guidelines for marking confidential data, and the requirements for registering in the System for Award Management (SAM) before award. The government intends to award the lease based on the best value proposal after evaluation and may reject any proposals in its interest. Offerors must sign their proposals appropriately based on the entity type (individual, partnership, corporation, or joint venture) and are allowed to submit facsimile proposals, which have the same rules as paper submissions. The document emphasizes the need for compliance with regulations, including environmental considerations such as floodplain assessments. Overall, it serves as a comprehensive guide for potential lessors to navigate the submission process, highlighting the importance of clarity, adherence to requirements, and the potential for competitive evaluation during the bidding process.
    The government document pertains to various federal and state RFPs and grants, emphasizing the importance of clear guidelines for potential contractors and grantees. It details the submission process for applications, eligibility criteria, and the evaluation metrics utilized to assess proposals. Key components include the need for compliance with federal regulations, the importance of sustainability in project proposals, and the requirement for cost-effectiveness. Additionally, the document encourages collaboration between agencies and community stakeholders to ensure project relevance and efficacy. There is an emphasis on transparency in the selection process, outlining how decisions will be communicated. Overall, this file serves as a comprehensive reference for organizations seeking federal funding opportunities and reinforces the government's commitment to accountable and impactful project execution.
    The Lessor's Annual Cost Statement is a government form that collects detailed estimates of annual costs related to services and utilities provided by a lessor as part of a rental agreement. This statement is crucial in the context of government Request for Lease Proposals (RLPs) and determines fair rental charges in alignment with market standards. It includes sections for estimating costs of various services such as cleaning, heating, electrical, plumbing, and more, divided into specific categories for both the entire building and the government-leased area. The form also captures miscellaneous costs, real estate taxes, insurance, and management expenses, ensuring comprehensive financial disclosure from lessors. Lessor certification is required, affirming the accuracy of provided cost estimates. This structured approach aims to ensure transparency and consistency in government leasing practices, thereby assisting in cost-effective budgeting and financial planning for federal and state projects.
    The document outlines the requirements for a Prelease Fire Protection and Life Safety Evaluation for office buildings as mandated by the General Services Administration (GSA). It is divided into two parts: Part A and Part B. Part A is for spaces below the 6th floor and requires completion by the offeror or their representative, including questions about building information, fire protection systems, and exit plans. Part B, applicable to spaces on or above the 6th floor, must be completed by a licensed professional engineer and involves a detailed evaluation report covering fire alarm systems, fire suppression systems, building occupancy, and means of egress. Both parts necessitate adherence to the latest building and fire codes and include affirmations of compliance. Additionally, notable findings and recommended corrective actions must be documented. This process aims to ensure the safety and adherence to fire protection standards of offered spaces in federal leasing agreements, reflecting the government's commitment to maintaining secure environments for public sector operations.
    The document outlines the Agency Specific Requirements (ASRs) for a lease pertaining to a facility for the Department of Transportation's Federal Highway Administration in Carson City, NV. It details agency-specific building criteria, such as space layout, required room specifications, construction standards, security measures, and information technology requirements. Notable requirements include a floor plan that must be contiguous and not located on the first or top floor, specific parking accommodations for government vehicles, and construction details for various room types like offices, conference rooms, and break rooms. Security protocols necessitate a duress alarm, intrusion detection systems, and access via HSPD-12 card readers. Additionally, IT standards specify electrical and data configuration adhering to GSA guidelines. This comprehensive set of requirements ensures the suitable functionality, security, and efficiency of the office space for the agency’s operations.
    The document outlines the Level I security requirements for a federal facility, emphasizing the importance of safeguarding critical areas and controlling access to various building spaces. It mandates that lessors provide secure access systems, such as physical access control systems (PACS) and key management, in coordination with the Federal Protective Service (FPS). Special attention is given to managing common areas, securing critical zones, and controlling visitor access during and after business hours. Furthermore, the document prescribes guidelines for building systems, including alarm systems and emergency generators, and ensures that access control systems are not interfaced with federal IT networks. It stresses cyber protection measures, recommending compliance with cybersecurity frameworks to mitigate risks. The Facility Security Committee is responsible for overseeing security measures throughout the lease term, and all building information must be meticulously controlled. Overall, these security stipulations aim to protect both the facility and its occupants from potential threats while maintaining compliance with federal guidelines.
    The document outlines general clauses for lease agreements pertaining to the acquisition of leasehold interests in real property, specifically under the GSA Form 3517A. It includes clauses that pertain to definitions, maintenance obligations, inspection rights, default conditions, payment terms, and compliance with applicable laws. Key points include the Lessor's responsibilities to maintain properties, the inspection rights of the Government to ensure compliance, detailed provisions addressing fire and casualty damage, and protocols for default instances by the Lessor. Furthermore, it categorizes incorporated clauses regarding safeguarding contractor information systems, equal opportunity, and veteran employment reports, amongst others. The comprehensive inclusion of these clauses aims to streamline and standardize leasing processes within federal contracts. Overall, the document serves as a formal framework that ensures mutual obligations between the Lessor and the Government while facilitating compliance with federal acquisition regulations.
    The document outlines the Seismic Offer Forms related to RLP No. 1NV2064, which require compliance with standards set by the RP 8 (Standards of Seismic Safety for Existing Federally Owned and Leased Buildings). It details the procedures for offerors to confirm seismic compliance through a series of prescribed forms (A to F) for both pre-award and post-award submissions. Form A is for Benchmark Buildings, while Form B assesses existing buildings’ safety levels using guidelines from ASCE/SEI standards. Form C commits to retrofitting or constructing new buildings according to contemporary codes, and Form D allows for representations of exemptions under specific criteria. Forms E and F, applied post-award, certify compliance for retrofitted and newly constructed buildings, respectively. Each form mandates the oversight of a licensed engineer, ensuring thorough evaluation and adherence to safety protocols throughout the building's lifecycle. This structure supports the Government's goal of upholding safety standards for federal properties and ensures appropriate documentation for transparency in the leasing process.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," a requirement for contractors involved in federal procurements. It mandates that Offerors disclose their use of covered telecommunications equipment or services, as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Section 889(a)(1)(A) prohibits federal agencies from procuring any systems or services containing such equipment, while Section 889(a)(1)(B) extends this prohibition to contracts with entities using such equipment, regardless of the contract's nature. Offerors must complete specific representations based on their answers about their service or equipment provision, including necessary disclosures if they indicate compliance. The document emphasizes the need for prospective contractors to review the System for Award Management (SAM) to ensure they are not dealing with excluded parties. This representation aims to enhance national security by preventing the use of potentially compromised telecommunications services or surveillance equipment in government contracts, ensuring compliance with federal regulations.
    The document outlines the prohibition of using TikTok and associated applications developed by ByteDance Limited on federal government information technology. Defined by FAR 52.204-27, a "covered application" includes TikTok and any future versions. The prohibition stems from the No TikTok on Government Devices Act and related OMB guidance, which ban these applications on government-owned technology and any contractor-provided systems. This restriction extends to all contractor activities, mandating that the clause's essence be incorporated into all subcontracts. Exceptions to the prohibition can be granted only through written notification from the Contracting Officer. This regulation reflects heightened scrutiny regarding security risks posed by certain applications on government platforms, emphasizing the need for compliance among contractors and their subcontractors when engaging with federal contracts.
    Similar Opportunities
    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.
    Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #25-REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Los Angeles, California, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires a minimum of 1,700 to a maximum of 1,800 ABOA square feet of office space, which must include specific features such as private offices, a kitchenette, and a conference room, with a lease term of 8 years. This procurement is crucial for accommodating federal operations and ensuring compliance with various federal standards, including seismic and accessibility requirements. Interested offerors should contact Mike Phillips at mike.phillips@gsa.gov or call 213-479-7653 for further details, and must submit their offers through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    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.
    Lease Space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within four blocks of the Hruska Federal Courthouse. The requirements include a space ranging from 33,071 to 35,190 rentable square feet, with a preference for locations above the second floor in multi-story buildings and an efficient layout. This procurement is crucial for accommodating government operations while ensuring compliance with fire safety, accessibility, and sustainability standards. Interested parties must submit expressions of interest by March 7, 2025, with anticipated occupancy by December 2025. For further inquiries, contact Gayle S. Dunning at gayle.dunning@gsa.gov or by phone at 816-823-2001.
    Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #25-REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Ontario, California, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires a minimum of 3,000 and a maximum of 3,500 ABOA square feet of office space, with specific requirements for secured parking, loading facilities, and compliance with federal regulations, particularly for the Food and Drug Administration (FDA) operations. This opportunity is critical for supporting the FDA's mission, ensuring that the leased space meets stringent security and operational standards. Interested offerors should contact Mike Phillips at mike.phillips@gsa.gov or call 213-479-7653 for further details, and proposals must be submitted through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    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.
    Succeeding Lease - Stockton, CA
    Buyer not available
    The General Services Administration (GSA) is preparing to solicit proposals for a succeeding lease in Stockton, California, under the Public Buildings Service. This opportunity involves the lease or rental of office buildings, aimed at fulfilling the space requirements of federal agencies in the region. Such leases are critical for ensuring that government operations are conducted efficiently and effectively in suitable facilities. Interested parties can reach out to Jose Chaires at jose.chaires@gsa.gov for further information regarding this presolicitation notice.
    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 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.
    General Services Administration (GSA) seeks to lease office space in Los Angeles, CA and surrounding communities
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Los Angeles, CA, and surrounding communities. The procurement aims to identify suitable nonresidential buildings that meet the agency's operational needs, with specific geographical boundaries outlined in the Delineated Area Map. This initiative is crucial for supporting federal and local governmental activities related to urban planning and development initiatives within the defined area. Interested parties can contact Michael Elson, Broker Contractor at Carpenter/Robbins Commercial Real Estate, Inc., via email at Michael.D.Elson@gsa.gov or by phone at (913) 265-4309 for further details.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, with a requirement for between 28,700 and 29,925 ABOA square feet in a modern and secure building. The lease term is set for 15 years, with options for renewal, and proposals must adhere to strict safety, environmental, and historical considerations, including energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while ensuring compliance with federal regulations. Interested parties must submit their proposals by March 17, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.