General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
ID: 9WA2431Type: 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 to lease office space in Ellensburg, Washington, under Request for Lease Proposals (RLP) No. 9WA2431. The GSA requires a minimum of 600 square feet and a maximum of 1,350 square feet of contiguous office space within a modern building, with specific compliance to security, fire safety, accessibility, and sustainability standards. This procurement is crucial for accommodating government operations while ensuring efficient and secure office environments. Interested parties must submit their offers electronically by February 19, 2025, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov.

    Point(s) of Contact
    Ryan Reynolds - Lease Contracting Officer
    (253) 363-7022
    Ryan.Reynolds@gsa.gov
    Nicholas Zabelin, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
    (925) 790-2124
    (925) 866-1306
    Nicholas.Zabelin@gsa.gov
    Files
    Title
    Posted
    Project #9WA2431 outlines the delineated area map encompassing the cities of Ellensburg, Cle Elum, and Kittitas. The document provides detailed boundary coordinates, tracing a comprehensive route starting from the intersection of W 2nd St and Denny Ave, extending northward along established roads, and following a specified pathway that ultimately reconnects at the starting point. The delineation progresses sequentially through points in the east, south, and west directions, meticulously detailing the routes along highways and local streets, including I-90, I-82, and various local roads. This delineation serves as a crucial framework for government agencies and organizations in planning, resource allocation, and project implementation within these municipalities. The precise definition of the area is essential for potential federal grants and RFPs, ensuring clarity in the geographic scope of projects. The file emphasizes accurate geographical delineation, which is vital for assessing eligibility and scope in government-related funding and project proposals.
    The General Services Administration (GSA) is soliciting Lease Proposals (RLP No. 9WA2431) for office space in Ellensburg, Washington, with offers due by November 15, 2024. The lease will span 20 years with a firm 10-year term and requires a minimum of 1,190 square feet and a maximum of 1,530 square feet. The premises must meet specific security, seismic, and energy efficiency standards, including earning an ENERGY STAR® label. Proposals will be evaluated based on submitted documentation, layout efficiency, and adherence to GSA requirements. Compliance with local zoning laws and evidence of financial capacity for improvements are prerequisites. The GSA will consider historical properties preferentially and expects detailed financial and architectural submissions from the offerors, facilitated through an online platform. The proposal process is strictly electronic, ensuring a streamlined evaluation and selection. This RLP exemplifies the government's commitment to secure, efficient, and sustainable office solutions while stimulating economic participation from qualified entities.
    The Request for Lease Proposals (RLP) No. 9WA2431 pertains to sensitive documentation regarding lease proposals not available on SAM.gov. Potential offerors must formally request access to this information from the designated Lease Contracting Officer. Upon verification of the requester’s legitimate need for the details, the officer's representative will provide the sensitive information through a separate attachment, ensuring it is not included within the SAM.gov framework. This RLP exemplifies federal procedures for confidential information handling in lease proposal processes, emphasizing the importance of business authentication and the restricted nature of certain government documents.
    The document outlines security requirements for a federal facility classified as Security Level I, detailing necessary measures for safeguarding the premises. It emphasizes the importance of access control for facility entrances and critical areas, mandated consultations with the Federal Protective Service (FPS), and specific protocols for visitor and restroom access. The Lessor is responsible for securing non-public areas, implementing identity verification, and managing a formal key control program. Provisions include stringent landscaping standards to deter concealment and requirements for deploying security systems, such as video surveillance and intrusion detection. Emergency protocols, secure placement of emergency generators, and compliance with cybersecurity measures are also specified. The Lessor is instructed to adhere to DHS and NIST guidelines to mitigate cyber risks. The document mandates coordination with the Facility Security Committee to ensure operational security effectiveness. Overall, it establishes a comprehensive framework to protect federal facilities from physical and cyber threats while ensuring a secure environment for government personnel and the public.
    The document outlines general clauses governing the acquisition of leasehold interests in real property under the Simplified Lease Acquisition Threshold (SLAT) for federal and state contracts. The key clauses include definitions, maintenance responsibilities, rights of inspection, handling fire damage, default by the lessor, payment processing, and compliance with applicable laws. Specific provisions address the safeguarding of contractor information systems, prohibitions on contracting with certain suppliers as per the Federal Acquisition Supply Chain Security Act (FASCSA), and the incorporation of various Federal Acquisition Regulation (FAR) clauses relevant to security, identity verification, and equal opportunity. The document emphasizes the responsibilities of both lessors and the government, the need for safe and healthful maintenance of properties, and the legal obligations to comply with federal laws. Overall, it serves as a comprehensive guide to ensure adherence to regulations and standards within government leasing contracts.
    The document outlines the required seismic compliance forms for federal RFPs related to building leases, retrofits, and new constructions. It includes pre-award submittals (Forms A-D) that must be completed by either the Offeror or their engineer to ensure adherence to RP 8 seismic standards. Specifically, Form A certifies benchmark buildings, Form B addresses existing buildings' compliance, Form C pertains to commitments for retrofitting or new construction, and Form D allows for exemptions under specific conditions based on the building’s characteristics and location. Post-award forms (Forms E and F) are for retrofitted and newly constructed buildings, respectively, confirming they meet the required seismic standards. Each form demands supporting documentation and stipulates that the responsible engineer must be licensed in the relevant state. This framework emphasizes the government's commitment to ensuring structural safety in federally owned and leased buildings, particularly in seismically active regions. The structured approach aims to facilitate compliance and clarity throughout the lease and construction processes, contributing to the integrity and safety of federal infrastructure projects.
    The document outlines the terms and conditions of a lease agreement between the Lessor and the United States Government, represented by the General Services Administration (GSA). The lease is for a specified premises to be used for government operations over a term of 20 years, including a firm period of 10 years. Key provisions include details on rental agreements, tenant improvements, and operational responsibilities. The Government is granted rights such as parking space usage and access to telecommunications installations. The lease specifies rental amounts, which will increase annually based on operating cost adjustments, and outlines accountability measures, including the Lessor's obligations to maintain the property according to established standards. Provisions regarding termination rights, tax adjustments, and alterations requested by the Government are also detailed. The document’s structure includes clauses related to the premises, financial considerations, general terms, construction standards, and responsibilities, with intricate definitions to clarify terms used throughout. These elements highlight the importance of compliance with federal regulations and the necessity for clear delineation of responsibilities in government leasing agreements.
    The document outlines the terms and conditions of a federal lease agreement (GS-10P-LWA00336) between a lessor and the United States Government, represented by the General Services Administration (GSA). It includes instructions for completing the lease proposal, detailing the lease's purpose, rental terms, conditions, and accepted practices required for tenancy. The lease covers a 10-year term with a 5-year firm duration, stipulating specifics on rent, including shell rent, operating costs, and tenant improvements. The Government is granted rights to use parking and telecommunication infrastructure, ensuring proper premises for governmental operations. Rent adjustments are allowed based on occupancy and tax changes, while provisions exist for terminating the lease under certain conditions. Additionally, the document encompasses sections on construction standards, utilities, services, and alterations to maintain compliance with GSA guidelines and federal regulations. This comprehensive framework serves to facilitate transparency, accountability, and operational effectiveness in the leasing process, ensuring that the space meets governmental requirements and standards throughout the lease term.
    The document outlines solicitation provisions for the simplified acquisition of leasehold interests in real property, detailing the instructions for offerors. It defines key terms such as "discussions," "proposal modification," and the timeframe protocols for submitting proposals. Offerors must acknowledge any amendments, submit proposals in the specified format, and adhere to strict deadlines. Late submissions may be considered under certain conditions, emphasizing the importance of timely proposals. It delineates requirements for the execution of leases by various entity types (individuals, partnerships, corporations), including necessary documentation. Additionally, it stipulates guidelines for facsimile submissions and registration in the System for Award Management (SAM), highlighting the need for a unique entity identifier. The provisions also address compliance with the Federal Acquisition Supply Chain Security Act (FASCSA), mandating that contractors refrain from using prohibited items. The document aims to ensure a structured and transparent process for awarding lease contracts while safeguarding government interests in procurement. Overall, it serves as a comprehensive guide for potential offerors navigating the lease acquisition process within federal and state contexts.
    The document is currently inaccessible due to technical issues with the PDF viewer and does not provide any substantial content. It suggests that users upgrade their Adobe Reader for proper display and offers links for assistance. Following this, the summary cannot be generated as the document lacks any specific information regarding federal government RFPs, grants, or local RFPs. As a result, there are no main topics, key ideas, or supporting details to analyze or synthesize. To summarize effectively, the original content is required to outline its purpose and extract relevant details.
    The Lessor's Annual Cost Statement is a documentation form required by the General Services Administration (GSA) for establishing rental costs for properties leased to the government. This form outlines the estimated annual costs associated with services and utilities provided by the lessor, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and various maintenance services. Additionally, it assesses the total cost of ownership without capital charges, requiring details on property taxes, insurance, management fees, and maintenance costs. The form's structure is divided into two main sections: Section I estimates annual service costs for the entire building and the government-leased area, while Section II focuses on ownership costs. Lessor certification confirms the accuracy of the submitted estimates. The document adheres to the Paperwork Reduction Act, ensuring compliance with federal reporting requirements designed to streamline leasing procedures while reflecting market conditions. By collecting this essential financial data, the GSA can evaluate fair rental values and ensure the responsible allocation of government funds for leased properties.
    The document serves as a prelease form for evaluating fire protection and life safety in office buildings offered to the government, detailing two parts based on the floor level of the proposed space. Part A is intended for spaces below the 6th floor, requiring the Offeror or their representative to complete a series of questions about the building's fire safety systems, such as automatic sprinklers and fire alarms. Part B, applicable to spaces on or above the 6th floor, mandates a professional fire protection engineer to conduct a thorough assessment, including a walk-through inspection and a detailed narrative report on fire safety compliance based on current codes. The evaluations emphasize adherence to local building codes and NFPA standards, identifying deficiencies and recommending corrective actions for compliance. Requirements for exit signs, emergency lighting, and elevator safety systems are also outlined, ensuring that all aspects of fire safety are meticulously documented. This prelease evaluation process is crucial for establishing safety prior to lease agreement, reflecting adherence to government standards for public safety within federal properties.
    The document outlines the representation requirements regarding the provision of certain telecommunications and video surveillance services or equipment in the context of federal contracting. It states that offerors must disclose whether they provide or utilize covered telecommunications equipment, as outlined under Section 889 of the John S. McCain National Defense Authorization Act. This includes both prohibitions against procuring such equipment and obligations to confirm compliance through detailed representations. Key provisions include definitions of critical terms, prohibitions against using covered telecommunications systems, and necessary disclosures based on offeror representations. Offerors must indicate if they will provide covered services, including details about the manufacturer and type of equipment, and justify their use under applicable regulations. The document emphasizes the importance of due diligence, requiring offerors to check the System for Award Management (SAM) for excluded entities. This representation ensures transparency and compliance with federal requirements to mitigate risks associated with potentially harmful telecommunications technologies in government contracts, thereby safeguarding national security interests.
    The document outlines a prohibition against the use of TikTok and any related applications developed by ByteDance Limited on federal government devices and information technology systems. It cites legislative backing through the Consolidated Appropriations Act, 2023, and the No TikTok on Government Devices Act, which collectively ban these "covered applications" on technologies used or managed by government agencies and contractors, including those provided by contractor employees. The regulation requires contractors to ensure this prohibition extends to all subcontracting agreements. Exceptions to the ban can only be granted by the Contracting Officer with written notice. This document serves as a compliance mandate for government contractors, reflecting heightened concerns over data security and privacy in light of evolving technological standards.
    The NOAA request for proposal (RFP) for the Ellensburg, WA office space outlines specific agency requirements related to the lease for this facility. The agency seeks between 1,190 to 1,530 usable square feet (USF) to accommodate diverse spaces, including open office areas, a private office, reception and break rooms, a conference room, and telecommunications closet. Key features include commercial-grade carpeting, specific electrical specifications for appliances, and dedicated data lines in workstations and the conference room. Security measures necessitate electronic access to exterior doors and surveillance cameras for safety. Additionally, the premises must support high-speed internet of at least 25 MB download and 10 MB upload, excluding cellular or satellite services. The RFP calls for specific layouts in the break area and conference room, emphasizing functionality, comfort, and aesthetic elements. This document is part of a broader objective to secure suitable office space that meets the operational and administrative needs of NOAA, focusing on effective use of space, infrastructure requirements, and compliance with safety and agency standards.
    The General Services Administration (GSA) is requesting Lease Proposals (RLP No. 9WA2431) for office space in Ellensburg, WA, with offers due by May 10, 2024. This document outlines the submission requirements, terms of the lease, and evaluation criteria for potential Offerors. Key elements include a minimum of 1,190 and maximum of 1,530 usable square feet (ABOA) in a modern building with specific construction standards and security measures. The lease term is structured for an initial 10 years, with a mandatory firm term of 5 years and termination rights after 90 days. Offerors must adhere to various compliance requirements, including energy efficiency standards as mandated by the Energy Independence and Security Act, and must be ready to meet specifications regarding tenant improvements and operational costs. The bidding process may involve negotiations, but initial offers should be competitive as the award will typically go to the lowest priced, technically acceptable proposal. This RLP serves as a crucial mechanism for acquiring leased office space, ensuring efficiency, security, and compliance with government standards while prioritizing budgetary restrictions.
    Lifecycle
    Similar Opportunities
    General Services Administration (GSA) seeks to lease office space in Cle Elum, WA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cle Elum, Washington, with a focus on acquiring a modern office building that meets specific requirements. The desired space must range from 600 to 1,350 square feet, accommodate two parking spaces, and comply with various government standards, including fire safety, accessibility, and security requirements. This procurement is crucial for ensuring that federal operations in the area are conducted in a suitable and efficient environment. Interested parties must submit their expressions of interest by February 19, 2025, with the estimated occupancy date set for January 31, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or by phone at (925) 790-2124.
    General Services Administration (GSA) seeks to lease the following space
    Buyer not available
    The General Services Administration (GSA) is seeking expressions of interest for the lease of approximately 2,204 square feet of contiguous warehouse and office space in Spokane, Washington. The facility must be climate-controlled, equipped with an automatic fire suppression system, and provide adequate storage for vehicles, including two large roll-up doors for access. This procurement is critical for ensuring compliance with federal safety, accessibility, seismic, and sustainability standards, as well as avoiding environmental threats. Interested parties should submit their proposals, including rental rates and building features, by February 7, 2025, with a market survey estimated for April 10, 2025, and planned occupancy by September 2026. For further inquiries, contact Alexandria Robinson at alexandria.robinson@gsa.gov.
    U.S. Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the property. The GSA requires a minimum of 61,114 square feet and a maximum of 62,176 square feet of contiguous office space, including 35 reserved parking spaces for official government vehicles, and the ability to meet ISC Level IV Security Requirements. This procurement is crucial for accommodating government operations and ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 5, 2025, with occupancy anticipated in June 2027; for further details, contact Sarah Pollack or Richard T. Downey at CBRE, Inc. via the provided email addresses.
    Lease of Office Space within Region 10. Request for Lease Proposals (RLP) #25REG10 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space within Region 10, specifically in the Seattle metropolitan area, including Burien, SeaTac, Tukwila, and Renton. The requirements include a minimum of 24,075 and a maximum of 25,279 ABOA square feet of contiguous office space, with specific conditions regarding accessibility, security, and layout to accommodate government operations. This procurement is crucial for providing a functional workspace that meets federal standards and supports the agency's mission. Interested offerors should contact Samantha Barr at samantha.barr@gsa.gov for further details, and proposals must be submitted during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website, with the next submission window occurring from the 1st to the 7th of the month.
    General Services Administration (GSA) Request for Lease Proposal (RLP), Solicitation No. 2TX1266 Laredo, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a lease of office space in Laredo, Texas, under Solicitation No. 2TX1266. The requirements include a minimum of 11,500 square feet and a maximum of 11,800 square feet of space, located within a delineated area defined by specific streets, and must comply with government standards for fire safety, accessibility, and sustainability. This procurement is essential as the current lease is expiring, and the GSA is evaluating alternative spaces that meet its operational needs while considering relocation costs. Interested parties must submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) by February 12, 2025, with an estimated occupancy date of February 16, 2026. For further inquiries, contact Temu Gibson at temu.gibson@gsa.gov or 817-978-4244.
    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.
    (RLP PACKAGE) General Services Administration (GSA) seeks to lease the following space in Medford, OR
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Medford, Oregon, specifically between 32,065 to 35,213 ABOA square feet, to accommodate various federal entities including the United States Courts and the U.S. Marshals Service. The procurement aims to secure a modern facility that meets specific requirements such as security features, parking provisions (29 spaces total), and compliance with energy efficiency and accessibility standards, with a firm lease term of 20 years commencing around December 11, 2025. This opportunity is crucial for ensuring that federal agencies have the necessary operational space to effectively serve the public, reflecting the government's commitment to maintaining high standards in facility management. Interested offerors must submit their proposals electronically via the Lease Offer Platform by September 19, 2024, and can direct inquiries to John A. Bell at john.a.bell@gsa.gov.
    General Services Administration Lease : Warehouse - Oklahoma City, OK
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a lease of warehouse space in Oklahoma City, Oklahoma, under Request for Lease Proposals (RLP) No. 2OK0208. The GSA requires between 3,540 and 4,071 usable square feet of warehouse space with a minimum ceiling height of 14 feet and a heavy live floor load capacity of 100 lbs per square foot, along with a secured 1.5-acre wareyard for storing large equipment. This procurement is crucial for supporting government operations and ensuring compliance with fire safety, accessibility, and environmental standards. Interested parties must submit their offers by February 28, 2025, with an estimated occupancy date of July 1, 2025, and should direct their proposals to Carson Melom-Lemos at carson.melom-lemos@gsa.gov.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, with specific requirements outlined in Request for Lease Proposals (RLP) No. 3NE0160. The GSA requires a minimum of 17,411 to a maximum of 18,280 ANSI/BOMA square feet of contiguous office space, located within a delineated area that excludes proximity to certain facilities, and must include features such as a dual port EV charging station and compliance with sustainability standards like LEED certification. This procurement is crucial for accommodating the operational needs of the U.S. Citizenship and Immigration Services (USCIS) and ensuring efficient public service delivery. Offers are due by February 11, 2025, with an estimated occupancy date of June 1, 2026. Interested parties can contact Frank Whiting at Frank.Whiting@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov for further information.
    2WI0203 U.S. Government Seeks Office Space in Milwaukee, WI
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Milwaukee, Wisconsin, with specific requirements for a space ranging from 10,838 to 11,922 square feet. The desired location must be within a defined area and include eight contiguous parking spaces, while also adhering to government standards for fire safety, accessibility, seismic requirements, and sustainability. This procurement is crucial as the GSA is evaluating alternative spaces due to an expiring lease, considering factors such as relocation costs and potential downtime. Interested parties must submit their expressions of interest by February 18, 2025, with a market survey scheduled for February 27, 2025, and estimated occupancy by April 1, 2026. For inquiries, contact Leasing Specialist Lauren Calamari at lauren.calamari@gsa.gov.