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
    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.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    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 the following space: Solicitation No. 3TN0311
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a 5,419 square feet office space in Jackson, Tennessee, as outlined in Solicitation No. 3TN0311. The leased space must be situated within a specified delineated area and constructed to meet modern standards, ensuring flexibility and minimal architectural obstructions to support office workflow. This procurement is critical for housing a federal law enforcement office, necessitating compliance with stringent safety and security guidelines, including the exclusion of locations near hazardous materials or foreign facilities. Interested parties must submit detailed proposals, including building specifications and site plans, by March 12, 2025, with potential occupancy targeted for February 1, 2026. For further inquiries, contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4NC0321
    Buyer not available
    The General Services Administration (GSA) is seeking to lease an office space in Cary, North Carolina, under Solicitation No. 4NC0321. The requirement includes a total of 10,895 square feet in a modern building that is suitable for federal law enforcement operations, with secure parking for government vehicles and a design that promotes efficient office workflow and flexibility. This fully serviced lease must comply with fire safety and accessibility standards, and proposals should include detailed building information, including ownership, location, floor plans, and proximity to public transportation. Expressions of interest are due by March 21, 2025, with a market survey estimated for April 2025 and expected occupancy by December 2026. Interested parties can contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190 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.
    General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, California. The procurement requires between 16,219 and 19,279 ANSI/BOMA square feet of contiguous space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with modern building standards and seismic safety regulations. This opportunity is critical for ensuring functional and secure facilities for judicial operations, reflecting the government's commitment to maintaining effective court infrastructure. Proposals are due by February 16, 2024, and interested parties should contact Lease Contracting Officer William J. Fletcher at William.Fletcher@gsa.gov or (602) 282-1642 for further details.
    Lease of Office Space within Region 5 using Request for Lease Proposals (RLP) #25-REG00 - Office Space – Champaign, IL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Champaign, Illinois, through Request for Lease Proposals (RLP) 25-REG00. The procurement aims to secure a contiguous office space of 2,499 to 2,749 ABOA square feet for a lease term of 10 years, with a 5-year firm commitment, to accommodate the Internal Revenue Service (IRS) and ensure operational efficiency during renovations. The selected lessor must provide a detailed plan for swing space to minimize disruption during renovations, ensuring continuous operational capability and compliance with various federal standards. Interested parties should contact Michael J. Dillon at michaelj.dillon@gsa.gov or 312-259-3324 for further details, and offers must be submitted during the designated open periods on the AAAP platform.
    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 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.