General Services Administration (GSA) seek to lease the following space:
ID: 3SC0184Type: 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 Greenville, South Carolina, under Request for Lease Proposals (RLP) No. 3SC0184. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. This procurement is essential for accommodating federal operations and ensuring compliance with federal regulations, including environmental assessments and seismic safety standards. Proposals are due by November 6, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Lease Proposals (RLP) No. 3SC0184 by the General Services Administration (GSA) seeks offers for leased office space in Greenville, South Carolina, with proposals due by November 6, 2024. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. The document details the area of consideration, unique requirements, and logistical specifications such as proximity to amenities, public transportation, and security considerations. Key elements include comprehensive provisions for environmental assessments, compliance with the Energy Independence and Security Act, building accessibility standards, and evaluations of seismic safety. Additionally, the RLP emphasizes the importance of environmental due diligence, including a Phase I Environmental Site Assessment, and the government’s preference for historic properties and considerations regarding asbestos in buildings. Offers must be submitted electronically via the Requirement Specific Acquisition Platform. This initiative underscores the government's commitment to acquiring safe, efficient, and suitable leased facilities while following federal guidelines and policies.
    The document outlines the terms and conditions of Lease No. GS-04P-LSC02724 between a Lessor and the U.S. Government, represented by the General Services Administration (GSA). It establishes the agreement upon signing, detailing the leased premises to be used as specified by the Government, with a lease term of 10 years and a firm term of 5 years. Key sections include provisions on rent structure, tenant improvements, appurtenant rights, and conditions for termination and alterations at the request of the Government. Rent calculations are specified for both firm and non-firm terms, covering various considerations such as operating costs and tenant improvements. The document reinforces compliance with federal regulations, addressing adjustments for real estate taxes, utilities, and maintenance obligations. Notably, it emphasizes the obligations of the Lessor to complete necessary improvements and conditions for the Government's use, alongside provisions for termination upon 90 days’ notice. The lease also details the requirements for any changes in ownership and outlines the responsibilities for both parties during the lease term. Overall, this lease agreement reinforces the structured approach to federal property management and outlines detailed provisions for effective coexistence between the Lessor and the Government.
    The IRS Post of Duty (POD) Program of Requirements (POR) outlines the specifications for a Space Alteration/Realignment project at the Greenville facility, led by Project Manager Antonio Pugh. This initiative seeks to modify and optimize office space while ensuring IRS operations remain uninterrupted, particularly during the busy tax season. Key project milestones include a comprehensive timeline, clear communication protocols, and detailed submission requirements for contractors involving construction schedules, compliance documentation, and review timelines. The design mandates adherence to IRS workspace standards, aiming for efficient spatial utilization and proper HVAC systems aligned with IRS operational needs. Additionally, the construction guidelines delineate requirements for safety, demolition practices, telecommunications infrastructure, and robust security features. Security measures include access control, shatter-resistant materials for windows, and potential use of metal detectors in high-traffic areas. Overall, the POR emphasizes compliance with federal regulations, cost tracking, and detailed quality inspections post-completion, ensuring the project aligns with existing IRS and GSA standards while enhancing operational efficiency.
    The document outlines Security Requirements for federal leased facilities classified as Facility Security Level II. It defines critical areas that require restricted access, including employee entrances, lobbies, and utility zones, emphasizing the importance of securing these spaces against potential threats. The Lessor must implement a Physical Access Control System (PACS) and adhere to identified security measures specific to the facility’s needs. Key sections detail controls for visitor access, screening requirements, and the designation of Critical Areas. Security systems including Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS) mandate specific design, installation, and maintenance protocols to ensure ongoing protection. The document stipulates landscaping guidelines to enhance visibility for security measures, outlines emergency preparedness for utility access, and establishes a Facility Security Committee for ongoing coordination regarding security practices. Moreover, it includes cybersecurity considerations, prohibiting connections between building systems and federal IT networks, and recommending practices to safeguard against cyber threats. Overall, the purpose is to ensure rigorous security measures are upheld in government facilities, safeguarding both personnel and sensitive operations from various risks, aligning with federal regulatory requirements for leased spaces.
    The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property, detailing procedural instructions for offerors. Key elements include definitions for discussions, proposal modifications, and revisions. Offerors must submit proposals in designated formats and adhere to strict timelines, including conditions for late submissions and proposal modifications. The document emphasizes transparency, requiring timely amendments and clarifications to be shared with all prospective offerors. It addresses the requirement for pre-award compliance evaluations for contracts exceeding $10 million, ensuring equal opportunity compliance. Additional sections stipulate the necessary signatory requirements for leases involving various business structures and the procedures for protesting contract awards. The guidance also emphasizes the importance of registration in the System for Award Management (SAM) prior to contract award and outlines representations and disclosures needed regarding compliance with federal supply chain security orders. Overall, this document serves as a comprehensive guide for potential contractors in preparing and submitting responsive proposals in line with federal regulations and standards.
    This document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property under the GSA Template. Primarily aimed at lessors and government entities, it specifies the legalities, obligations, and rights concerning property leasing. Key clauses include definitions, subletting conditions, successorship, compliance with laws, and maintenance responsibilities. It emphasizes the government's inspection rights and details handling of damages, defaults by lessors, and procedures for payment, including prompt payment requirements and adjustments for illegal activities. Provisions for small business concerns and cybersecurity also feature prominently. The template ensures adherence to federal regulations and promotes ethical conduct within the contracting community, emphasizing accountability and the safeguarding of sensitive information. Overall, this legal framework serves as a foundation for formalizing lease agreements in public and federal sectors, ensuring both parties are aware of their obligations and rights throughout the leasing process.
    The document at hand appears to be a technical error notice regarding the inability to display contents, specifically for an Adobe PDF file. It suggests upgrading to the latest version of Adobe Reader for optimal viewing and provides links for assistance with the software. The reference to various operating systems, such as Windows, Mac, and Linux, indicates the document's consideration for a diverse user base. However, it fails to present any substantive content related to federal government RFPs, grants, or local proposals, thus leaving the purpose of analysis unfulfilled. This situation highlights the importance of ensuring document compatibility for effective dissemination of governmental information and calls into question the accessibility of critical files for prospective stakeholders in federal and state initiatives.
    The document is the "Lessor's Annual Cost Statement," part of the federal government's procedures for leases, specifically under the U.S. General Services Administration (GSA). Its primary purpose is to collect detailed cost estimates from lessors regarding services and utilities provided as part of rental agreements for government-leased spaces. The statement requires information about the estimated annual costs related to various services—including cleaning, heating, electrical, plumbing, and maintenance—for both the entire building and the specific areas leased by the government. The structure of the document is divided into two main sections: 1. Estimated Annual Cost of Services and Utilities: A comprehensive list of services provided, their associated costs, and the total. 2. Estimated Annual Cost of Ownership Exclusive of Capital Charges: Information regarding ownership costs, taxes, insurance, and management associated with the property. Lessor certification is required at the end, ensuring the accuracy of the cost estimates. This statement aids the government in evaluating lease proposals and determining fair market values, thereby ensuring transparency and accountability in federal leasing agreements.
    The General Services Administration (GSA) has issued a prelease form to evaluate fire protection and life safety in office building spaces being offered. The document is divided into two parts: Part A, for spaces below the 6th floor, and Part B, for those on or above the 6th floor, which requires a licensed professional engineer's assessment. The evaluation must comply with current building and fire codes and the National Fire Protection Association (NFPA) Life Safety Code. Key components of the evaluation include verifying automatic fire sprinkler and alarm systems, emergency lighting, exit signs, elevator safety systems, and addressing any code violations. Part A involves a questionnaire format, while Part B entails a detailed narrative report outlining findings, deficiencies, and corrective actions. Immediately actionable insights include the Offeror's commitment to addressing any identified non-compliances before government space acceptance. Certified reports must be submitted for review, valid for five years unless the building has undergone modifications. This rigorous evaluative process underscores the GSA's commitment to ensuring the safety and compliance of federal office spaces.
    The document outlines the procedures and forms necessary for Offerors to demonstrate seismic compliance for federal leasing proposals, adhering to RP 8 standards. It consists of pre-award (Forms A-D) and post-award (Forms E-F) forms that need to be completed by either the Offeror or a licensed engineer. Key forms include: - **Form A** for Benchmark Buildings confirming they meet life-safety requirements. - **Form B** for Existing Buildings, requiring evaluation per RP 8 and ASCE/SEI 31 standards. - **Form C** distinguishing commitments for retrofitting existing buildings or constructing new ones. - **Form D** allows Offerors to claim exemptions from seismic standards under certain conditions. Post-award Forms E and F confirm compliance after retrofitting or new construction activities. The document emphasizes the importance of engineering evaluations and proper documentation to ensure that all buildings are structurally sound and in line with seismic safety regulations. This compliance is crucial to protect public safety in federally owned and leased buildings, reflecting the federal government's commitment to standards of seismic safety during property leasing or acquisition processes.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," mandated by Section 889 of the John S. McCain National Defense Authorization Act of 2019. It requires offerors to declare their compliance regarding the provision and use of covered telecommunications equipment and services when submitting bids for government contracts. Offerors must indicate whether they will provide such equipment and, if applicable, disclose detailed information about the products and services they offer, including the manufacturer, model specifications, and intended use. Additionally, the document emphasizes federal prohibitions against using covered telecommunications equipment that could compromise security or privacy. This is part of the government's broader action to mitigate risks associated with certain foreign-owned telecommunications entities. The instructions provide clarity on when additional disclosures are necessary, guide offerors in checking against excluded parties in the System for Award Management (SAM), and outline the criteria for permissible contracting. This representation is critical for ensuring transparency and maintaining national security in government procurement.
    The document outlines the Request for Lease Proposals (RLP) No. 3SC0184 issued by the General Services Administration (GSA). It emphasizes the inclusion of sensitive information not available on SAM.gov, requiring interested offerors to submit a request for additional documents labeled as "Request for Exhibits – RLP No. 3SC0184." This request must be sent to designated GSA broker representatives. Following verification of the requester’s business need, the Lease Contracting Officer's designee will provide the necessary documents separately. Importantly, proposals submitted without RLP Exhibit K may be deemed non-responsive and excluded from consideration. The document underscores the stringent process governing lease proposals, ensuring that only qualified and properly informed submissions advance in the evaluation process, thereby safeguarding sensitive governmental leasing information.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charleston, South Carolina, with specific requirements outlined for potential offers. The GSA requires a contiguous space of 15,444 square feet located on the second floor or higher, with a minimum column spacing of 20 feet, and must be situated in a modern building constructed of durable materials. This procurement is crucial for accommodating government operations while ensuring compliance with fire safety, accessibility, seismic, and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with occupancy anticipated in July 2026. For further inquiries, contact Timothy Mazzucca at timothy.m.mazzucca@gsa.gov or 202-652-4199.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greensboro, North Carolina, with specific requirements for the facility. The GSA requires a minimum of 11,422 square feet and a maximum of 11,993 square feet of office and related space, with the lease term set for 15 years, including a firm term of 10 years. The selected space must meet various security and accessibility standards, including being located on the second floor or higher, having a loading dock, and not being in proximity to certain sensitive locations. Interested parties must submit their expressions of interest by October 24, 2024, with occupancy anticipated in November 2026. For further inquiries, contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space in Wilmington, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease approximately 38,118 ABOA square feet of office space in Wilmington, North Carolina, with a lease term of 15 years, including a firm term of 13 years. The procurement aims to secure a modern facility that meets specific requirements, including a minimum of 79 reserved parking spaces, adherence to security and environmental standards, and compliance with seismic safety regulations. This opportunity is crucial for providing government personnel with a secure and efficient workspace, reflecting the federal commitment to maintaining high operational standards. Proposals are due by November 15, 2024, and interested parties can contact Tim Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease space in Grenada, MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.
    GSA Seeks to Lease the Following Space: 6FL0489
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for a lease of office space under Request for Lease Proposals (RLP) No. 6FL0489 in Port Saint Lucie, Florida. The procurement aims to secure between 5,331 and 5,864 ANSI/BOMA square feet of modern quality office space for a term of 15 years, with a firm commitment of 13 years, while ensuring compliance with federal regulations and standards for safety, accessibility, and environmental considerations. This opportunity is crucial for providing adequate office facilities for government operations, reflecting the GSA's commitment to maintaining high-quality standards in its leased properties. Proposals are due by November 15, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or 202-652-4199 for further information.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, specifically within a delineated area defined by Highway 85 to the north, South Boulevard to Highway 277 to the south, Highway 277 and Brookshire Freeway to the east, and Billy Graham Parkway to the west. The requirements include a minimum of 28,700 ABOASF and a maximum of 29,925 ABOASF, with a preference for ground floor space due to high public traffic, and the need for accessibility features such as elevators and security measures. Interested parties must submit expressions of interest by 5 PM EST on October 24, 2024, referencing Project 4NC0353, and can contact Melissa Hein at melissa.hein@gsa.gov or LeShaundra Greer at leshaundra.greer@gsa.gov for further information.
    US GOVERNMENT SEEKS TO LEASE SPACE IN RAPID CITY, SD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and light industrial space in Rapid City, South Dakota, for a term of 20 years. The required space must range from 6,600 to 6,751 square feet and include a heated garage capable of accommodating three oversized vehicles, along with parking for 14 vehicles equipped with electrical outlets for engine block heaters. This initiative is crucial for providing essential government facilities that meet specific safety, accessibility, and sustainability standards, while also ensuring compliance with federal regulations. Interested parties must submit their expressions of interest by October 25, 2024, to Lease Contracting Officer Wesley Miracle at wesley.miracle@gsa.gov, with occupancy anticipated in February 2027.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0314
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 8,432 ANSI/BOMA Occupant Area square feet of office space in Chattanooga, Tennessee, under Solicitation No. 3TN0314. The space must be in a modern building that complies with specific safety, accessibility, and environmental standards, including seismic safety requirements and the absence of asbestos-containing materials. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations regarding safety and security. Proposals are due by November 8, 2024, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov for further information.