The Government is seeking to lease office and related space in Kenilworth, NJ for a minimum of 17,994 ANSI/BOMA Office Area (ABOA) to a maximum of 18,894 ABOA square feet.
ID: LNJ00362Type: 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 proposals for the lease of office space in Kenilworth, NJ, with a requirement for a minimum of 17,994 to a maximum of 18,894 ANSI/BOMA Office Area (ABOA) square feet. The leased space will support various IRS functions, including Taxpayer Assistance Centers and Criminal Investigation operations, necessitating quality construction, efficient layouts, and public accessibility. Proposals must comply with GSA specifications and are due by January 24, 2025, with a lease term of 10 years, including a 5-year firm period and renewal options. Interested parties should contact Adam Katz at adam.katz@gsa.gov or Bill Korchak at william.korchak@am.jll.com for further details.

    Files
    Title
    Posted
    Amendment No. 1 to Request for Lease Proposal (RLP) 7NJ2243 outlines revisions for leasing space in Kenilworth, NJ, with proposals due by January 24, 2025, at 5:00 PM EST. The amendment explicitly modifies Section 3.02, removing the previous subparagraph and introducing a new requirement that all proposals must comply with RLP specifications and be submitted through LOP/RSAP. Respondents must acknowledge receipt of this amendment by signing and returning the acknowledgment with their initial offer submissions. The Contracting Officer Representative, Jenica Wu, oversees this process. This document emphasizes procedural changes necessary for bidders involved in the federal leasing process, aligning with standard practices in government RFPs.
    The General Services Administration (GSA) is issuing a Request for Lease Proposals (RLP) for the procurement of office space in Kenilworth, NJ, under RLP No. 7NJ2243. The proposals must meet GSA's specified requirements, with a deadline for submissions by January 3, 2024. Offers should include compliant documents and conform to space requirements: a minimum of 17,994 to a maximum of 18,894 ANSI/BOMA occupiable square feet, structured parking, security considerations, and modern facility specifications. The lease term is for 10 years, including a 5-year firm period, and contains renewal options. Additionally, considerations for environmental impact, accessibility, fire safety, and sustainable energy practices are outlined. The GSA emphasizes historical preservation, preferring historically significant properties when possible. Proposals will be evaluated based on specified criteria, and only compliant submissions will proceed to award. This RLP reflects the government's ongoing commitment to secure optimal leased facilities while ensuring adherence to federal guidelines and community safety standards.
    This document is a lease agreement between a property Lessor and the United States Government, represented by the General Services Administration (GSA). It outlines terms and conditions for leasing office space, including details about rental payments, lease duration, and appurtenant rights such as parking and telecommunications equipment access. The lease is set for a firm term of 5 years with an option for renewal, encompassing various specified improvements and adjustments throughout the lease term. It includes stipulations for both the Lessor’s obligations regarding maintenance and the Government’s rights, such as termination and adjustment of rent based on occupancy and taxes. Key elements consist of rent breakdowns, tenant improvements, adjustments for real estate taxes, and any associated costs. The document emphasizes compliance with local regulations while ensuring all adjustments and fees are managed transparently between the parties. This lease highlights the GSA's structured approach to real estate transactions, aiming for efficient use of government space while ensuring accountability and adherence to Federal guidelines.
    The IRS Post of Duty (POD) Program of Requirements (POR) outlines the space acquisition project for the Kenilworth Congressional District 7. This document provides comprehensive guidelines and requirements for leasing approximately 20,889 rentable square feet, including specific configurations for various IRS functions such as Taxpayer Assistance Centers (TAC) and Criminal Investigation operations. Key aspects include the need for quality construction with efficient layouts and public accessibility, particularly related to transportation and parking. The document highlights project timelines, submittal requirements for both GSA and contractors, and rigorous review processes to ensure compliance with IRS standards. The schedule aims for project completion by September 1, 2026, with critical milestones outlined alongside constraints like preventing disruption during tax filing seasons. Security, design, construction, and telecommunications requirements are also detailed to maintain operational integrity and security, emphasizing the importance of adherence to federal standards. The document serves as a foundation for proposals from landlords and contractors, guiding the efficient development of IRS facilities while addressing unique operational needs.
    The document outlines Level II security requirements for government leasing agreements, detailing obligations for Lessors in safeguarding federally occupied facilities. Key sections address access control, maintaining critical areas, security systems installation, and overall building security protocols. Access controls include employee verification at entrances and restricted areas, while common and utility spaces must have robust security measures, including high-security locks and monitoring systems. It further mandates the development of a comprehensive maintenance program for security systems, including video surveillance and intrusion detection systems, which must be regularly tested and repaired as necessary. Landscaping and site design must minimize concealment opportunities, and construction security plans are required during building modifications. Additionally, stringent cybersecurity measures are outlined to protect building automation and access control systems from potential threats. Overall, these guidelines aim to ensure a secure environment for federal employees and assets while emphasizing strict adherence to security protocols. The document serves as a foundational resource in government RFPs and grants, providing critical compliance criteria to enhance facility safety.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). Key components include definitions of terms related to proposals, including modifications and revisions, submission methods, and conditions for late proposals. Offerors must acknowledge any amendments made to the solicitation and may modify their proposals before the closing date. The document also emphasizes compliance with equal opportunity requirements for contracts exceeding $10 million. Key legal provisions regarding lease execution by individuals, partnerships, and corporations are specified, alongside handling protests related to proposals. Additionally, the document establishes requirements for facsimile proposals and specifies criteria for properties located in floodplains. Lastly, it stresses the necessity for offerors to be registered in the System for Award Management (SAM) prior to contract award. This comprehensive framework is essential for ensuring fair competition and compliance in government leasing processes. Overall, the document serves as a guideline for potential offerors in the federal leasing procurement process.
    The document outlines general clauses for lease agreements concerning the acquisition of leasehold interests in real property, specifically following GSA Template 3517B. Key sections include definitions, obligations for subletting and assignment, rights to inspect premises, maintenance responsibilities, and conditions following fire or casualty damage. It also addresses payment procedures, including prompt payment and assignment of claims, along with various clauses to ensure compliance with ethical standards, labor laws, and small business participation. The agreements emphasize the interdependency of obligations between the lessor and the government while outlining specific clauses applicable to various situations such as disputes, audits, and cybersecurity requirements. This structure ensures that all parties are aware of their rights and responsibilities, reinforcing accountability in government leasing processes, crucial for maintaining transparency and integrity in federal and state contract dealings. The overarching purpose is to provide a comprehensive framework governing lease agreements to facilitate effective management of federal properties and compliance with legal standards.
    This document is a proposal in response to Request for Lease Proposals (RLP) for leasing space to the federal government. Key details include financial aspects like shell rent, operating costs, tenant improvements, and amortization periods. It outlines the building's specifics including location, floor count, and permissible parking as per local regulations. The offeror must indicate whether the rent will remain constant or change over the lease term and list any offered incentives such as free rent or space. The document also addresses compliance with fire safety, accessibility, and energy efficiency standards, along with historic property considerations and HUBZone preferences. Furthermore, it requires a certification from the offeror confirming understanding and acceptance of the RLP terms. This proposal serves as a critical component of the government's procurement process, ensuring transparency and adherence to regulatory requirements while seeking suitable leasing arrangements. The structured format and detail reflect standards for competitive bidding in federal leases.
    The Lessor's Annual Cost Statement outlines the financial responsibilities related to services and utilities provided as part of rental agreements for government leasing. Section I details the estimated annual costs for various services and utilities, such as cleaning, heating, electrical, and plumbing, both for the entire building and the area leased by the government. Section II focuses on ownership costs excluding capital charges, including items like real estate taxes, insurance, and building maintenance. The document includes instructions for calculating rentable areas and emphasizes the necessity of consistent rental rates with community standards. Lessor certification is required to confirm the accuracy of submitted financial estimates. The form employs a structured approach to simplify the reporting of necessary costs, ensuring the efficient assessment of each property’s value and maintenance needs before lease agreements are finalized. Ultimately, this cost statement is central to determining fair market rental values in the context of federal and state leasing initiatives.
    This document outlines critical safety and compliance requirements for buildings offered to the federal government. It details the evaluation of buildings against updated local building and fire codes, emphasizing adherence to the National Fire Protection Association's life safety standards. The file is structured into two main parts: Part A, which is for spaces below the sixth floor, requiring the Offeror to complete specific safety and location-related questions, and Part B, which necessitates a comprehensive assessment by a licensed fire protection engineer for spaces on the sixth floor or higher. Part B involves evaluating fire protection systems, safety conditions, occupancy classifications, and egress routes, alongside documenting any deficiencies and corrective actions. The final sections mandate signatures from the Offeror and fire protection engineer, affirming the accuracy of the report and committing to address any violations before government acceptance. Overall, the document serves to ensure that all offered spaces comply with fire safety regulations and standards, safeguarding occupant safety in government facilities.
    The document outlines FAR Clause 52.204-25, implemented in November 2021, which prohibits federal agencies from contracting telecommunications and video surveillance equipment or services from specific foreign entities, primarily related to national security concerns. Key definitions include "covered foreign country" (specifically China) and "covered telecommunications equipment," which encompasses products from Huawei, ZTE, and other designated companies. The clause prohibits the procurement of any services or systems incorporating these items as substantial components. Exceptions exist for certain services, such as interconnection arrangements, and reporting requirements are mandated for contractors who identify such prohibited equipment during contract execution. Contractors must notify the contracting officer and report details within designated timeframes. The document emphasizes national security and defense by discouraging reliance on potentially compromised telecommunications technologies, reflecting the government's commitment to safeguarding sensitive information in contracts. The explicit requirements also reinforce accountability among contractors regarding compliance with national defense regulations.
    This document outlines the Commission Agreement between Jones Lang LaSalle Americas, Inc. (Broker) and a property Lessor concerning the General Services Administration's (GSA) lease of office space. It details the commission structure, specifying a commission rate of 5% of the Aggregate Lease Value for the initial non-cancelable lease term. The agreement clarifies that the Commission is earned upon lease execution, with half payable when the lease is awarded and the remainder upon tenant occupancy or lease commencement. It defines the Aggregate Lease Value to include all rental payments and excludes rental abatements and escalations tied to operating expenses. The document emphasizes confidentiality regarding financial terms and establishes liability limits for both parties. The agreement mandates that changes to tenant improvements will adjust the commission amount, although the percentage remains unchanged. The document concludes that it encapsulates the entire agreement, must be modified in writing, and that legal action for disputes will entitle the prevailing party to attorney fees. This agreement is part of federal processes regarding leasing office space, ensuring compliance with the negotiation and payment structures relevant to federal space leasing.
    Similar Opportunities
    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).
    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.
    GSA Seeks Office Space in Utica, NY
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Utica, NY, through a Request for Lease Proposals (RLP) No. 5NY0791. The procurement aims to secure 2,788 to 3,075 ABOA square feet of contiguous space for a 15-year lease term, including a 10-year firm period and one 5-year option, with specific requirements for security, accessibility, and compliance with federal regulations. This office space will support federal operations and must meet stringent criteria, including security measures, energy efficiency, and proximity to public transportation. Proposals are due by January 1, 2026, at 5 PM EST, and interested parties can contact Ryan M. O'Hagan at ryan.ohagan@gsa.gov or 617-283-4027 for further information.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA 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.
    5VA0808 GSA Seeking Office Space in Danville, VA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Danville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0808. The procurement requires a space ranging from 1,000 to 1,700 ABOA square feet, with a 10-year initial full term and a 3-year firm term, emphasizing modern construction standards and energy efficiency compliance. This office space will support federal operations, necessitating features such as reserved parking, accessibility, and adherence to safety regulations. Proposals are due by December 29, 2025, at 2:00 P.M. EST, and interested parties should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772 for further information.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    Justification for Other Than Full and Open Competition - Springfield, NJ
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a procurement action for the lease/rental of office buildings in Springfield, NJ, under the Public Buildings Service. This opportunity involves a Justification for Other Than Full and Open Competition, indicating that the procurement may not be open to all potential bidders, and further details can be found in the attached redacted justification document. The leased space is critical for the GSA's operational needs, ensuring that government functions can be carried out effectively in the designated area. For inquiries, interested parties can contact Bena Parker at bena.parker@gsa.gov or 347-237-0950, or Alanna Fitzpatrick at alanna.fitzpatrick@gsa.gov or 347-277-0795.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.