United States Government Seeks to Lease Office Space in Chapel Hill, North Carolina
ID: 3NC0445Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R4 OFFICE OF LEASINGATLANTA, GA, 30303, USA

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office space in Chapel Hill, North Carolina, specifically requiring 16,575 square feet of space for a full term of 120 months. The facility must meet various operational needs, including access to air quality testing chambers, extensive freezer storage for samples, and proximity to a hospital for clinical support, while also adhering to government standards for fire safety, accessibility, and sustainability. This leasing opportunity is crucial for supporting scientific operations that require specialized infrastructure, and interested parties must submit their proposals electronically by September 27, 2024, to Derek Sanders at derek.sanders@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) announces its intent to lease a specialized office space in Chapel Hill, North Carolina, with specific requirements and terms. The space must be approximately 16,575 square feet, equipped with facilities for air quality exposure testing, an on-site medical care unit, extensive freezer storage for samples, and high-computing systems. Proximity to a hospital with MRI capabilities is essential for emergency and research support. The GSA occupies current premises under an expiring lease and is considering alternative spaces that offer economic advantages, evaluating costs related to moving and required facility modifications. The new space must comply with fire safety, accessibility, and sustainability standards, as well as not being within floodplain areas. The GSA seeks to award this lease in a manner other than full and open competition. For further inquiries, Derek Sanders serves as the Lease Contracting Officer for this project.
    The General Services Administration (GSA) is seeking to lease an office space in Chapel Hill, North Carolina, for a full term of 120 months. The required space must be precisely 16,575 square feet and situated within a specific delineated area. Essential features of the facility include access to air quality testing chambers and infrastructure for operational support, extensive freezer rooms for sample storage, and an established system for high-computing databases. Proximity to a hospital is crucial for clinical and research needs, including emergency services and MRI capabilities. Additionally, the space must provide access to loading docks and specific utility rooms, including IT and telecommunications facilities, as well as necessary safety equipment. The leasing opportunity reflects the government’s commitment to facilitating scientific operations that require specialized infrastructure and support.
    The General Services Administration (GSA) has issued a Request for Lease Proposals (RLP No. 3NC0445) for a lease at Chapel Hill, NC. Offers must be submitted by September 27, 2024, at 5:00 PM EST. This RLP outlines the necessary instructions and requirements for interested Offerors, aiming to select a suitable space for government occupancy. The desired space ranges from 16,575 to 17,404 ABOA square feet in a building with modern construction standards. The lease term is structured for 10 years with possible renewals and specific termination rights. Proposals must meet various criteria, including compliance with accessibility, energy efficiency, security, and other regulations. Offerors are to submit detailed pricing information and ensure their building adheres to safety standards, environmental considerations, and reporting requirements related to hazardous materials. The successful Offeror will collaborate with GSA to finalize lease terms, including security adaptations and tenant improvements. The RLP establishes guidelines for the offer submission process, emphasizing that proposals must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP) to ensure confidentiality and compliance with government standards.
    The document outlines Lease No. GS-04P-LNC02813 between a Lessor and the U.S. Government, executed by the General Services Administration (GSA). The lease comprises office space for a 10-year term starting upon acceptance by the Government, with various provisions concerning rental rates, adjustments, and the responsibilities of both parties. Key elements include defined premises, details regarding rent (covering shell rent, operating costs, tenant improvements, and parking), and conditions for termination and renewal. The Lease emphasizes the Government's rights to appurtenant areas, including reserved parking and telecommunications installations. Adjustments to rental rates and costs are established based on occupancy percentages and tax assessments. Document sections detail expectations for maintenance, services, and alteration requests, defining the Government's authority over facility modifications. Furthermore, provisions ensure compliance regarding ownership changes, tax adjustments, and detailed documentation required for alterations and improvements. The structure serves as a comprehensive guide ensuring both parties understand their obligations, maintaining clarity within government contracting while affirming the long-term arrangement for office space provision. Overall, this lease reflects standard practices in federal real estate agreements, emphasizing regulatory adherence and clearly outlined terms for both the Lessor and the Government.
    The document outlines the Agency Specific Requirements (ASRs) for a new lease of office and laboratory space for the Environmental Protection Agency (EPA) in Chapel Hill, NC. The ASRs specify a maximum of 19,061 rentable square feet, with defined space allocations for offices and laboratories, emphasizing enclosed offices, office support, and laboratory support facilities aligned with ANSI-BOMA standards. Key requirements include reserved parking, proximity to healthcare services, and specialized facility capabilities, such as air quality testing chambers and extensive freezer storage for samples. A detailed room schedule breaks down the necessary spaces, which include various office sizes, conference rooms, and extensive laboratory areas dedicated to aerosol dosimetry, biochemistry, and flow cytometry. The document also presents specific architectural and technical specifications for office spaces, emphasizing user-friendly designs and advanced technological requirements for lab facilities. As part of government RFPs focused on environmental research, this document underscores the commitment to creating a functional and compliant workspace for EPA operations, prioritizing health and research efficiency within the facility's design.
    The document outlines security requirements for facilities classified as Security Level II, which are necessary for federal leases. It includes specific guidelines for employee access control, screening procedures, and securing critical areas. Lessor responsibilities encompass providing physical access systems, visitor identity verification, and formal key control programs. Additionally, the document mandates security systems like Intrusion Detection Systems (IDS) and Video Surveillance Systems (VSS) to be designed, installed, and maintained in collaboration with government representatives. The requirements emphasize protecting areas, managing landscapes to enhance visibility, and implementing emergency protocols. It also touches upon cybersecurity measures, prohibiting certain connections to federal networks and requiring adherence to established cybersecurity frameworks. Overall, the document enforces a comprehensive security approach to ensure the safety and functionality of government-controlled spaces, aligning with federal guidelines for RFPs related to facility leasing and grants.
    The document outlines the solicitation provisions related to the acquisition of leasehold interests in real property, focusing on the requirements for offerors participating in the bidding process. Key definitions, including terms like "discussions," "proposal modification," and "proposal revision," are provided to clarify the bidding framework. Specific instructions cover proposal submission, modifications, and the conditions under which late proposals may be accepted. Additionally, the document emphasizes the necessity for offerors to disclose any data they wish to restrict, detailing how to properly label such information. The award will be based on evaluating proposals against prescribed criteria to ensure it represents the best value. Essential compliance evaluations regarding Equal Opportunity requirements are stipulated, especially for contracts exceeding $10 million. Regulations about the System for Award Management (SAM) registration are included to ensure that offerors are compliant before contract awards. The document concludes with information on unique identifiers and federal acquisition supply chain security, ensuring offerors are aware of restrictions regarding prohibited sources. Overall, it serves as a comprehensive guideline for lease acquisition proposals within federal procurement processes.
    This document outlines the general clauses related to the acquisition of leasehold interests in real property under the General Services Administration (GSA) framework. It presents a detailed list of provisions categorized into general clauses, performance obligations, payment terms, standards of conduct, adjustments, audits, disputes, labor standards, small business provisions, cybersecurity requirements, and other conditions. Key provisions include definitions, rights and responsibilities regarding subletting and assignment, maintenance obligations, payment structures, compliance with laws, and contractor ethical standards. The document emphasizes the government's authority in leasing agreements, specifying necessary conditions for subordination, inspection rights, and grounds for default, while also detailing payment protocols and the implication of interest penalties for late payments. Furthermore, it enforces requirements related to small business participation and cybersecurity measures, establishing a comprehensive regulatory framework for lease agreements. Overall, the purpose of this document is to ensure legal clarity and accountability in government leases, promoting fair practices and compliance with federal standards while facilitating effective partnerships between the government and lessors in providing necessary facilities for governmental operations.
    The document appears to be inaccessible due to a technical issue with the PDF viewer, preventing the extraction of specific content. As such, analysis and summary cannot be performed. Generally, files related to federal and state RFPs (Requests for Proposals) and grants are focused on securing funding for specific projects, addressing public needs, and ensuring compliance with governmental guidelines. These documents typically contain sections detailing the project scope, eligibility criteria, application process, and funding availability. It's essential to review these components for effectively understanding the requirements and objectives of government funding opportunities. Without access to the specific file content, no detailed summary or analysis can be provided.
    The Lessor's Annual Cost Statement is a critical document for the General Services Administration (GSA) in the leasing process. It requires lessors to provide detailed estimates of annual costs associated with services and utilities included in rental agreements for government-leased properties. Key components outlined in the statement include various service categories such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance, with specific attention to salaries, supplies, and contract services. Lessor must differentiate costs for the entire building from those applicable specifically to the government-leased area. Supporting details involve required calculations for rentable space and a comprehensive list of expenses, including real estate taxes, insurance, maintenance, and administrative costs, to determine fair market value. The document emphasizes the importance of accurate estimations and adherence to prevailing community rental charges. A certification section mandates the lessor's affirmation of cost accuracy and provides a structured approach for information collection under the Paperwork Reduction Act. This structured approach highlights GSA's commitment to transparency and efficiency in government procurement practices.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation for a warehouse building, issued on May 5, 2014, by the General Services Administration (GSA). It is structured into two parts: Part A for spaces under 40,000 square feet and above ground level, where the Offeror or their representative completes basic fire protection assessments; and Part B for spaces equal to or greater than 40,000 square feet, requiring a comprehensive evaluation by a licensed fire protection engineer. The evaluation focuses on compliance with local building and fire codes, addressing fire safety systems, means of egress, automatic fire suppression systems, and storage configurations among other factors. Offerors must document the building's characteristics, current violations, occupancy classifications, and details about fire protection systems. The engineer's detailed narrative report must include findings, deficiencies, and recommendations for corrective actions to ensure compliance with applicable criteria. This prelease evaluation process ensures that warehouse offerings meet necessary safety standards before government leasing, emphasizing the importance of life safety in federal building contracts.
    The Security Unit Price List (Level II) outlines the pricing framework for security measures required under Lease Number LNC02324 in Chapel Hill, NC. It serves as a guide for lessors to quote unit prices on various security countermeasures identified in the lease, including facility entrances, common areas, and security systems maintenance. The document is structured into sections covering facility entrances and lobby, interior government space, building sites and exterior, security systems, structure, operations and administration, and cybersecurity. For each category, items are designated as either ' priced in shell' or 'tenant improvements,' indicating their cost allocation. The Building Specific Amortized Capital (BSAC) will ultimately depend on final designs made post-award. Key areas include identity verification, visitor access control, and security system testing. Additionally, there are provisions for landscaping, emergency generator protection, and construction security plans. This structured approach ensures that all necessary security measures are documented and priced appropriately, facilitating negotiations prior to the commencement of security improvements.
    The document outlines the representation requirements related to telecommunications and video surveillance services or equipment for federal contracts, following the regulations established under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It delineates that the "Offeror" is the property owner submitting the bid, not an agent. The document specifies that the Offeror must not provide, nor utilize, any "covered telecommunications equipment or services" which are deemed a substantial component of systems used in federal contracts. Critical sections include definitions of terms, prohibitions regarding contracts involving covered equipment, and procedural guidelines for Offerors. They are required to conduct a reasonable inquiry regarding their offerings and disclose pertinent information if they will provide or use covered services or equipment. The list of excluded parties must also be checked for compliance. Transparency and adherence to regulations are emphasized to ensure security and mitigate risks associated with covered telecommunications services in federal procurements. Overall, this document serves to maintain integrity and security within governmental contracts pertaining to telecommunications and surveillance technologies.
    The document outlines the "Foreign Ownership and Financing Representation for High-Security Leased Space," which is a requirement for offerors and lessors involved in federal leases, particularly in high-security contexts. It necessitates detailed reporting of ownership structures and financial backing to identify any foreign involvement that could impact national security. The representation requires stakeholders to disclose information regarding immediate and highest-level owners, including whether these are foreign entities or persons. Furthermore, it mandates the offeror or lessor to provide financing details and address potential foreign financing involvement. These submissions must occur during proposal submissions and are subject to annual updates, ensuring current and accurate data related to ownership and financing throughout the lease period. This clause emphasizes accountability, placing responsibility on the offeror or lessor for the accuracy of the information provided. The document’s intent is to safeguard U.S. security interests by preventing undue foreign influence in sensitive leased properties.
    Similar Opportunities
    GSA is seeking Warehouse/Office space in Fayetteville, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse and office space in Fayetteville, North Carolina, specifically within a delineated area defined by I-295, I-95, Hwy 210, and SR 24. The procurement requires a total of 9,311 square feet, comprising 8,471 square feet of warehouse space and 840 square feet of office space, with additional specifications for climate control, after-hours access, and a loading dock. This opportunity is crucial for the GSA as it seeks to relocate from its current expiring lease while considering the economic advantages of alternative spaces. Interested parties must submit their expressions of interest electronically by September 30, 2024, to Lease Contracting Officer Michelle Head at michelle.head@gsa.gov.
    US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN CHARLOTTE, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlotte, North Carolina, with a requirement for a minimum of 21,612 ABOA square feet. The space must be located in the Central Business District of Charlotte, featuring modern amenities, structured parking, and accessibility to public transit, while adhering to specific security, fire safety, and environmental standards. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, with proposals due by October 8, 2024, and an estimated occupancy date of January 1, 2026. Interested parties can contact Raquel Howard at raquel.howard@gsa.gov or Derek Sanders at derek.sanders@gsa.gov for further information.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GREER, SC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greer, South Carolina, specifically requiring a total of 12,155 square feet of contiguous space. The procurement aims to fulfill the government's need for a fully serviced lease that meets specific requirements, including accessibility, fire safety, and sustainability standards, while ensuring the space is located within a defined delineated area. This opportunity is crucial for accommodating government operations and ensuring compliance with federal regulations. Interested parties must submit their Expressions of Interest by September 30, 2024, with occupancy anticipated by August 1, 2025. For further inquiries, contact Jason Lichty at jason.lichty@gsa.gov or call 972-739-2213.
    GSA Seeks Office Space in North Charleston, South Carolina
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in North Charleston, South Carolina, specifically within a delineated area defined by several key routes. The procurement requires a minimum of 2,984 square feet and a maximum of 3,000 square feet of office space, with a full term of 10 years and a firm term of 5 years, including an option for an additional 5 years. This leased space must comply with government standards for fire safety, accessibility, and sustainability, and must not be located in a floodplain. Interested parties should submit their expressions of interest to Willie Acree by October 8, 2024, with occupancy anticipated by January 1, 2025.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3SC0173
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 4,668 square feet of office space in Myrtle Beach, South Carolina, under Solicitation No. 3SC0173. The space must be located in a modern building or one that has been refurbished, with specific requirements for layout, security, and accessibility to accommodate federal law enforcement operations. Interested parties are required to submit detailed proposals, including ownership credentials and site plans, by October 2, 2024, with an estimated occupancy date of July 2025. For further inquiries, potential lessors can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN CHARLESTON, SC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charleston, South Carolina, with specific requirements for the space to accommodate government operations. The desired location must provide a minimum of 15,919 square feet of contiguous office space, accessible 24/7, and meet various safety and accessibility standards, including being outside the 1-percent-annual chance floodplain. This procurement is crucial for ensuring that government personnel have a suitable and compliant workspace, with expressions of interest due by September 19, 2024, and an estimated occupancy date of September 1, 2025. Interested parties should contact Jason Lichty at jason.lichty@gsa.gov or call 972-739-2213 for further details.
    The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. The leased space will support the Drug Enforcement Administration (DEA) and must accommodate multiple specified aircraft while adhering to federal standards for security, energy efficiency, and environmental conditions. Proposals are due by 4 p.m. EDT on Thursday, October 24, 2024, and interested parties should contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 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 Atlanta, Georgia, with specific requirements for the space configuration and compliance with government standards. The desired space must range from 14,959 to 15,706 square feet, be above grade, and accommodate specific layout and accessibility needs, including a minimum finished ceiling height and designated areas for assembly occupancy. This procurement is crucial for providing necessary office facilities for government operations, and interested parties must submit their expressions of interest by September 27, 2024, with occupancy anticipated by December 30, 2025. For further inquiries, contact Tim Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov.
    GSA seeks approximately 1,600 USF of office space in Saipan Islands
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 1,600 square feet of office space in Saipan, Northern Mariana Islands. The procurement requires a space that meets specific government standards for fire safety, accessibility, seismic stability, and sustainability, while also being located outside the 1-percent annual chance floodplain. This opportunity is crucial for ensuring the GSA's operational needs are met in compliance with federal regulations, facilitating effective project planning and execution in the region. Interested entities must submit expressions of interest by September 29, 2024, with a market survey estimated for November 15, 2024. For further inquiries, contact Sakawrat Kitkuakul at sakawrat.kitkuakul@gsa.gov or call 808-853-8252.
    General Services Administration (GSA) Seeks to Lease Space in San Diego, CA
    Active
    General Services Administration
    Solicitation: General Services Administration (GSA) Seeks to Lease Space in San Diego, CA The General Services Administration (GSA) is seeking to lease warehouse space in San Diego, California. The space should be located within the delineated area of State Route 52 - La Jolla Pkwy. to L Street - Chula Vista - San Diego Bay, and Interstate 105 to the Pacific Ocean. The minimum required space is 2,500 square feet, with a maximum of 3,500 square feet. The space should be suitable for use as a warehouse. There are no parking spaces available with the lease. The lease term is for 5 years, with a firm term of 5 years and an option to renew for an additional 5 years. The offered space must meet government requirements for fire safety, accessibility, seismic, and sustainability standards. It should not be located in the 100-year flood plain. Interested entities should familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). Expressions of interest are due by May 25, 2024. The market survey is estimated to take place on May 1, 2024, and occupancy is estimated to begin on June 15, 2026. For more information and to submit expressions of interest, contact Brennen O'Donnell, the Lease Contracting Officer at brennen.odonnell@gsa.gov.