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 to lease office space in Ellensburg, Washington, with a requirement for between 1,190 and 1,530 usable square feet in a modern office building. The lease will have a full term of 20 years, with a firm term of 10 years, and the space must comply with various federal standards, including fire safety, accessibility, and security requirements. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, particularly regarding sustainability and seismic safety. Interested parties must submit their proposals electronically by November 15, 2024, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or (253) 363-7022.

    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 GSA Request for Lease Proposals (RLP) No. 9WA2431 addresses the federal government's need for leased office space in Ellensburg, Washington. Proposals must be submitted electronically by November 15, 2024, and must adhere to specified requirements regarding space, location, and compliance with financial and security regulations. The office must be in a modern, well-constructed building, offering between 1,190 to 1,530 square feet, with a lease term spanning 20 years and a firm term of 10 years. Evaluation criteria prioritize lease efficiency, compliance with seismic safety standards, and adherence to energy efficiency regulations such as the Energy Independence and Security Act. A section for preferences is dedicated to historic properties within designated districts, granting pricing advantages during the evaluation process. Offerors are required to complete various submissions, including cost statements and plans, to demonstrate compliance with local zoning and safety standards. The document specifies the process for award selection and emphasizes the importance of sustainability and compliance with federal regulations. The aim is to ensure that the leased space meets the government's operational needs while adhering to statutory requirements for energy efficiency and historic preservation when applicable.
    The Request for Lease Proposals (RLP) No. 9WA2431 outlines the procedures for submitting leasing proposals that include sensitive information not available on SAM.gov. Interested offerors must request additional details from the Lease Contracting Officer’s designee named in the RLP. The designee will authenticate the requester's business need before providing the sensitive information in a secure manner, separate from the standard application process. This RLP emphasizes the importance of safeguarding proprietary information while facilitating access to necessary details for interested parties, aligning with government protocols surrounding federal leasing processes.
    This document outlines the security requirements for facilities designated as Security Level I within the federal government context. It establishes comprehensive protocols focused on access control, the protection of critical areas, and cybersecurity measures to secure buildings housing government operations. Key provisions include access control protocols at facility entrances, identification verification for personnel, and strict control over sensitive areas like mechanical and electrical rooms, which must be secured with physical access control systems (PACS). The document emphasizes the need for secure building management systems, highlighting the prohibition of connecting access control to federal IT networks. The Lessor is responsible for installing and maintaining security systems, conducting annual tests, and implementing emergency procedures, such as a duress alarm. Additional topics cover landscaping security measures, maintaining regulatory signage, and establishing a Facility Security Committee that collaborates on security practices. The document encourages the use of best practices in cybersecurity, emphasizing the importance of strong encryption, regular software updates, and effective user access controls. This framework ensures the safety of government personnel and operations, in compliance with federal standards for facility security.
    The document outlines general clauses related to the acquisition of leasehold interests in real property for leases at or below the Simplified Lease Acquisition Threshold (SLAT). It consists of critical contractual clauses referencing the Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR), with specific deviations noted throughout. Key clauses cover definitions, maintenance responsibilities, fire damage protocols, inspection rights, and default scenarios for lessors, emphasizing the government's rights to inspect properties and ensure compliance with safety and health standards. Additionally, clauses detail payment structures based on square footage, the comprehensive nature of lease agreements, compliance with legal laws, and safeguarding contractor information systems. Importantly, the document addresses prohibitions under the Federal Acquisition Supply Chain Security Act, governing the use of technologies and equipment from specific sources deemed risky, underlining the government’s due diligence in maintaining secure and compliant procurement processes. Overall, this file serves as a foundational legal framework to guide both governmental entities and lessors in entering binding lease agreements, upholding necessary statutory and safety standards.
    The document outlines the seismic compliance forms required for federal government lease proposals and grants, particularly focusing on the procedures and certifications needed from engineers regarding building safety standards as defined by RP 8. It includes a series of pre-award and post-award forms: Forms A to D pertain to pre-award commitments, while Forms E and F relate to post-award scenarios for either retrofitted or new constructions. Engineers must evaluate buildings for compliance with seismic safety standards and provide certifications for existing, benchmark, or newly constructed buildings. Exemptions from the standards are also provided under specific conditions concerning building size and seismicity of the region. Each form requires detailed documentation, such as codes, construction history, and evaluation methodologies, ensuring that projects contribute to the overall seismic safety of federally owned and leased buildings. This system ensures that federal leasing agreements align with national safety protocols, thereby highlighting the government's commitment to infrastructure resilience.
    This document outlines the terms of a federal lease agreement between the Government and a Lessor for the premises identified as GS-10P-LWA00366. It establishes the responsibilities, rights, and financial arrangements between the two parties, detailing the lease duration of 20 years with a 10-year firm term. Key provisions include the annual rent structure and tenant improvement allowances, which specify costs related to building modifications. The lease defines the premises, addressed as office and related space, as well as the calculation of rentable and usable square footage. It provides guidelines on adjustments for operating costs, real estate taxes, and conditions under which the Government may terminate the lease. The document emphasizes compliance with construction and operational safety standards, aligning with federal regulations. Additionally, it outlines the necessity for detailed construction and improvement plans inclusive of environmental and accessibility considerations, ensuring alignment with GSA standards. Overall, the document serves as a formalized agreement ensuring the Government's use of the property under stipulated terms while protecting both parties’ interests in the leasing arrangement.
    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.
    This government solicitation document outlines the procedures and provisions for the simplified acquisition of leasehold interests in real property, focusing on defined terms, submission guidelines, and award procedures. It establishes the definitions of key terms like "discussions," "proposal modification," and "proposal revision," and emphasizes the importance of adhering to submission deadlines. Proposals must be submitted in sealed formats, acknowledging any amendments. The document details conditions for late submissions, indicating potential exceptions under specific circumstances. Further, it specifies that the government intends to award leases based on the best value without extensive negotiations and encourages initially submitting the best proposals. It reinforces the necessity of registration in the System for Award Management (SAM) and compliance with the Federal Acquisition Supply Chain Security Act (FASCSA). The document also mandates offerors to protect proprietary information and outlines responsibilities for parties executing the leases, ensuring appropriate authority is demonstrated. Overall, this solicitation serves as a critical guide for potential offerors in navigating the federal procurement process for real property leasing.
    The document is not viewable as it contains instructional information about Adobe PDF viewer updates. As a result, no specific federal RFPs, grants, or state/local RFPs content is accessible for analysis and summary. It primarily guides users on upgrading their PDF reader for better document compatibility, with links for assistance. Without substantive content, it fails to present key ideas, supporting details, or a coherent structure, making it impossible to summarize any relevant information related to government contracts or grant opportunities. The primary purpose appears to be technical support regarding document viewing rather than the provision of government-related opportunities or details.
    The Lessor's Annual Cost Statement, part of the General Services Administration (GSA) documentation, is designed for landlords providing rental space to the government. This form collects estimated annual costs associated with services and utilities included in rental agreements. Key sections gather financial estimates for cleaning, heating, electrical, plumbing, and maintenance services, along with the costs of supplies, system repairs, and insurance. Accurate data on total building costs—including salaries, utilities, real estate taxes, and management fees—are essential for establishing fair market rental values. The document requires the lessee to complete specific fields detailing both the entire building's costs and the government-leased area. The information collected under this framework promotes transparency and ensures that GSA's rental charges remain aligned with prevailing market conditions. Understanding these costs is critical for the successful operation of government leases and helps inform budgetary decisions related to federal properties.
    The document outlines the procedures for conducting a fire protection and life safety evaluation for office buildings in preparation for federal leasing agreements. The evaluation is split into two parts: Part A, for spaces below the 6th floor, and Part B, for those on or above the 6th floor, requiring a professional engineer's input. Compliance with the latest building and fire codes is paramount, especially regarding egress paths and safety systems such as automatic fire sprinklers and alarms. Part A involves a series of general inquiries about the building's specifications, safety equipment, and fire evacuation routes, requiring the Offeror's affirmation of accuracy. Conversely, Part B necessitates a comprehensive report from a licensed fire protection engineer, addressing various safety aspects, deficiencies noted, and specific corrective measures. This evaluation process ensures that offered spaces meet the necessary safety standards, critical for governmental lease agreements. The completed evaluations have a validity period of five years, subject to specific maintenance conditions. The document is integral to federal RFP requirements, ensuring that leased spaces prioritize safety and compliance with applicable codes.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, which is required for federal contractors to ensure compliance with Section 889 of the John S. McCain National Defense Authorization Act (2019). This provision aims to prohibit the procurement of covered telecommunications equipment and services that pose risks to national security. Contractors must disclose whether they will provide such equipment and services to the government. Key components include definitions related to telecommunications, a prohibition against using covered services, and procedures for reviewing excluded parties via the System for Award Management (SAM). Offerors must represent their involvement with covered telecommunications equipment in their contractual obligations and may need to provide additional information if they acknowledge such involvement. The representation includes submitting details about the equipment or services, including the manufacturer and product specifics, to ensure compliance with federal regulations. The document emphasizes the government's focus on preventing security risks associated with telecommunications technology in its contracts, marking a significant aspect of procurement processes to safeguard national interests.
    The document outlines a clause from the FAR regarding the prohibition of TikTok and applications developed by ByteDance Limited on government information technology. Specifically, it defines "covered application" as TikTok or its successors and details the broader meaning of information technology as per U.S. law, which includes various equipment and software used by government agencies or contractors. The prohibition is enforced by Section 102 of the Consolidated Appropriations Act, 2023, and the "No TikTok on Government Devices" act, which collectively ban these applications from all executive agency technology and any contractor-used tech. Contractors are explicitly prohibited from using covered applications unless granted a written exemption by the Contracting Officer. Additionally, contractors must ensure that this prohibition is included in all subcontracts. This document underscores the government's intention to prevent potential security risks associated with using TikTok on federal devices and emphasizes the need for compliance in all related contracts and subcontracts.
    The NOAA Ellensburg, WA, document outlines specific agency requirements for the leasing of office space (9WA2431). The agency seeks between 1,190 to 1,530 usable square feet (USF) accommodating various spaces: open office workstations, private offices, reception, break room, conference room, and telecommunications closet. Specific details include requirements for power and data lines, commercial-grade carpeting, and modern lighting fixtures across all areas. Key features include a break area equipped for a full-sized refrigerator and microwave, and a conference room requiring audio-visual support capabilities. Security guidelines stipulate electronic access to doors and surveillance measures. Also noted is the need for two designated Government parking spaces. A vital aspect of the lease is the requirement for high-speed internet service, with specified minimum speeds and unrestricted access, excluding cellular or satellite options. The document emphasizes that these specific agency requirements complement existing minimum leasing standards, ensuring all specifications meet NOAA's operational needs. This reflects federal standards within the context of government RFPs and grants, aiming for functionality and compliance with agency standards while addressing future office needs.
    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 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 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.
    The U.S. General Services Administration seeks to lease the following space in Washington, DC:
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking proposals to lease office space ranging from 74,075 to 78,648 ABOA square feet in Washington, DC, with a firm lease term of 15 years. The leased space must comply with ISC Level III security requirements, include specific building features such as a minimum ceiling height of 8’6”, and be located within a walkable distance to a Metrorail station. This opportunity is crucial for accommodating government operations while adhering to stringent safety, environmental, and accessibility standards. Interested offerors must submit their proposals by November 7, 2024, with occupancy anticipated around September 2026. For further inquiries, contact Bryant Porter at bryant.porter@gsa.gov or Emmett Miller at emmett.miller@gsa.gov.
    Lease of Office Space within Region 10. Request for Lease Proposals (RLP) #25-REG10-Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Port Angeles, Washington, under Request for Lease Proposals (RLP) 25-REG10. The GSA requires a minimum of 4,250 and a maximum of 5,000 ABOA square feet of office space, with specific requirements including a contiguous floor plan, public transportation access within two city blocks, and compliance with seismic standards. This procurement is critical for accommodating federal operations in the region, and the lease term is set for 17 years, with a 15-year firm period. Interested offerors must register through the Automated Advanced Acquisition Program (AAAP) and submit their proposals during the designated open periods, with the next submission window occurring from the 1st to the 7th of the month. For further inquiries, contact Amy Hascall at amy.hascall@gsa.gov or Samantha Barr at samantha.barr@gsa.gov.
    U.S. GOVERNMENT SEEKS TO LEASE SPACE IN LANDER, WY
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Lander, Wyoming, with specific requirements for the facility. The desired space must encompass between 2,770 and 2,909 square feet, including office, warehouse, and special use areas, and must be accessible 24/7, with a minimum clear working height of 14 feet in the warehouse. This procurement is crucial for accommodating government operations and ensuring compliance with fire safety, accessibility, and sustainability standards. Interested parties should submit their expressions of interest by October 29, 2024, with occupancy anticipated by February 1, 2027. For further inquiries, contact Jared Goodman at jared.goodman@gsa.gov or 970-267-7723.
    U.S. Government 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 Greenbelt, Maryland, with specific requirements for the space to meet government standards. The desired location must provide between 3,279 and 3,440 square feet of office space, including one reserved parking space, and must comply with fire safety, accessibility, seismic, and sustainability standards. This procurement is crucial for accommodating government operations, and interested parties should submit expressions of interest by October 24, 2024, with an estimated occupancy date of March 1, 2025. For further inquiries, contact Gregory Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov.
    Expression of Interest in Mt. Vernon, WA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking expressions of interest for leasing office space with warehouse capabilities in Mount Vernon, Washington. The required space must fall within the city limits of Mount Vernon, with an area of 8,000 to 10,000 ANSI/BOMA Office Area (ABOA) square feet, and must comply with government standards for fire safety, accessibility, and seismic requirements, while also being outside the 100-year flood plain. This procurement is crucial for accommodating government operations in the area, and interested parties must submit details including the building name, address, available space, and expected rental rate per ABOA square foot to the primary contact, Samantha Barr, at samantha.barr@gsa.gov.
    Solicitation for Space- Wausau, WI- 2,200 ABOA SF
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Wausau, Wisconsin, with a requirement for 2,200 to 2,420 ABOA square feet. The lease will have a full term of 15 years, including a firm commitment of 10 years, and the selected site must comply with various safety and accessibility standards while avoiding proximity to hazardous materials transport facilities and low-risk facilities such as schools and hospitals. This procurement is crucial for ensuring secure and compliant office space for federal use, as the government currently occupies a leased space in Wausau that is set to expire. Interested parties must submit expressions of interest by October 28, 2024, with occupancy anticipated by August 26, 2026; inquiries can be directed to Crystal Garibay at crystal.garibay@gsa.gov.
    General Services Administration (GSA) seeks to lease office space in Kansas City, MO
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Kansas City, Missouri, to accommodate government operations. The requirements specify a minimum of 20,549 square feet and a maximum of 21,576 square feet of office space, with a full term of 15 years and a firm term of 10 years, including a potential 5-year option. This procurement is crucial for ensuring that the government has a suitable and compliant workspace, free from certain prohibited co-locations, and meeting specific safety and accessibility standards. Interested parties must submit expressions of interest by October 29, 2024, with a market survey estimated for November 15, 2024, and occupancy anticipated by February 1, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or (925) 790-2124.
    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 Muskogee, Oklahoma, with a total area of 17,652 square feet. The space must be contiguous on one floor and located in a modern quality building that meets specific construction and safety standards, including fire safety, accessibility, seismic, and sustainability requirements. This procurement is essential for accommodating government operations, and interested parties must submit their expressions of interest by November 5, 2024, with an estimated occupancy date of July 2026. For further inquiries, contact Timothy M. Mazzucca or Lindsey Stegall at the GSA via email or phone.