RLP Package, the government is seeking to Lease Office and related space in Iselin NJ
ID: 0NJ2167Type: 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
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 10:00 PM UTC
Description

The General Services Administration (GSA) is seeking proposals for the lease of office space in Iselin, New Jersey, under Request for Lease Proposals (RLP) No. 0NJ2167. The government requires approximately 23,660 to 24,843 ABOA square feet of contiguous modern office space, with specific amenities such as public transport access and compliance with federal safety and energy efficiency standards. This procurement is crucial for accommodating government operations, ensuring that the leased space meets operational, functional, and security requirements. Proposals are due by January 3, 2025, and interested parties should contact Adam Katz at adam.katz@gsa.gov or 602-690-4510 for further information.

Files
Title
Posted
Jan 2, 2025, 5:04 PM UTC
The document pertains to a federal lease agreement between a Lessor and the United States Government via the General Services Administration (GSA). It establishes the terms and conditions under which the Government will lease office premises for a specified term of 10 years with a minimum of 5 years firm commitment. Key elements include provisions for rent—including shell rent, operating costs, and tenant improvements—free rent periods, and clauses for termination and renewal rights. The lease outlines rights to use parking, telecommunications equipment, and includes specifics regarding tenant improvements, operational costs, and various adjustments in relation to real estate taxes and operating expenses. Essential definitions, authorized representatives, and requirements for construction standards are also included, ensuring compliance with federal regulations and operational standards. Overall, the document ensures that both parties' rights and responsibilities are clearly defined, facilitating a structured leasing process for government occupancy.
The IRS Post of Duty (POD) Program of Requirements (POR) details the specifications for a space acquisition project in Iselin, NJ, aiming to lease approximately 27,397 rentable square feet of office space. The document outlines general requirements for lease proposals, including compliance with ANSI/BOMA standards, the need for efficient layouts, and specific site features like accessibility to public transportation. It mandates coordination between the IRS and GSA for lease negotiations and project oversight, with completion expected by September 1, 2026. The document elaborates on key milestones for project development, necessary submittals, and a detailed set of space requirements encompassing configuration, security measures, and HVAC specifications. It includes stringent design and construction requirements aligned with IRS standards, including provisions for telecommunication and electrical installations. The security section mandates features such as access controls and surveillance, ensuring safety for IRS operations. This comprehensive guideline ensures that the leased space meets operational, functional, and safety standards, reflecting the IRS’s commitment to efficient public service while complying with federal regulations in the leasing process. The document serves as an essential reference for prospective lessors in responding to the federal RLP for this project.
The document outlines the security requirements for a Facility Security Level II as part of a lease agreement between the lessor and the government. It details obligations for both parties regarding security measures, access control, maintenance, and overall facility safety. Key points include the need for robust employee access control systems, visitor identity verification processes, and stringent protocols for securing critical areas, including utility and mechanical spaces. Additionally, the document specifies requirements for surveillance and intrusion detection systems, landscaping to prevent concealment, and parking regulations. The security framework emphasizes collaboration with the Federal Protective Service for risk assessments and implementation of countermeasures post-award. It also addresses cybersecurity protocols to safeguard building systems while disallowing connections to federal IT networks. Overall, the document serves to ensure a secure environment for government operations, protecting against various threats while maintaining operational integrity during the lease period.
The document outlines solicitation provisions regarding the acquisition of leasehold interests in real property for federal government contracts. It provides detailed instructions to offerors on submitting proposals, including requirements for modifications, revisions, and the acknowledgment of amendments. The submission process is emphasized, stating that proposals must be delivered on time, with specific conditions for late submissions. Key provisions mention the Government's right to reject proposals and conduct discussions with offerors within the competitive range, as well as the necessity for registered entities in the System for Award Management (SAM). There are also stipulations regarding the execution of leases, addressing variations based on the type of entity (individual, partnership, corporation, joint venture) submitting offers. Additionally, the document informs offerors about compliance evaluations, disclosure restrictions for confidential data, and guidelines on lease awards, highlighting the evaluation criteria to determine the best value for the Government. The outline reflects federal procurement processes, emphasizing transparency, fairness, and adherence to regulations within the context of government solicitations and contracts.
The document outlines the General Clauses applicable to the acquisition of leasehold interests in real property for the Government, particularly under the General Services Administration (GSA). It includes a comprehensive list of clauses dealing with various aspects such as definitions, subletting, obligations of successors, property maintenance, payment terms, compliance with laws, and dispute resolution. Each clause is identified by its clause number and federal regulation reference, indicating specific legal frameworks governing lease agreements. Key clauses emphasize the Government's rights concerning property maintenance, modification, and acceptance of space alongside Lessor responsibilities regarding compliance with safety and legal standards. Payment processes are structured to ensure prompt payment upon satisfactory inspection of the delivered services or spaces. Additionally, there are clauses addressing issues like small business utilization, equal opportunity requirements, and cybersecurity measures to safeguard government information. This document serves to inform prospective Lessors of the essential requirements and legal obligations they must adhere to when entering into a lease agreement with the Government, facilitating transparency and accountability within federal contracting processes.
This document outlines a proposal in response to a Request for Lease Proposals (RLP) from the federal government, detailing the financial aspects and conditions related to leasing office space. It includes key components such as rent structure, tenant improvement costs, amortization rates, and renewal options. The proposal highlights the building's characteristics, including the total square footage, number of parking spaces, and compliance with various safety and accessibility standards. Notably, it addresses whether the property meets necessary codes for fire protection, life safety, and seismic safety, as well as its energy efficiency status via the ENERGY STAR® label. Furthermore, the document emphasizes the importance of providing advanced written notice for potential lease termination by the government. Additional sections cover financial incentives, such as free rent or space offers and any applicable commissions for brokers. Prospective offerors must certify their understanding and compliance with the terms of the RLP. Overall, the proposal serves to guide the government in evaluating offers for leasing space consistent with its operational needs and regulatory requirements.
The Lessor's Annual Cost Statement is a document used in federal lease agreements requiring lessors to estimate and report the annual costs associated with services and utilities provided as part of rental consideration. The form includes sections for detailing estimated costs for cleaning, heating, electrical, plumbing, and other essential services across both the entire building and the specific area leased by the government. The document emphasizes compliance with the General Services Administration's policies, aiming to ensure that rental charges align with community standards. Key cost factors include real estate taxes, insurance, system maintenance, and salaries for various services. The statement also mandates a certification by the lessor affirming the accuracy of the entered costs. This document plays a vital role in gauging fair market values and ensuring transparency in government leasing arrangements.
Jan 2, 2025, 5:04 PM UTC
This government document outlines requirements for evaluating buildings offered for lease, focusing on compliance with building and fire safety codes. It differentiates procedures based on the floor of the offered space: Part A applies to spaces below the 6th floor, while Part B is for those on the 6th floor or higher. Part A necessitates an assessment of general building information, including fire protection systems and egress compliance, primarily through a series of yes/no questions. Alternately, Part B requires a comprehensive narrative report from a licensed fire protection engineer, detailing evaluations of the building's safety features, deficiencies per applicable codes, and recommendations for compliance. Key areas of focus include fire suppression systems, exit signage, emergency services, and elevator safety features. The report must include findings, citations of local code violations, and corrective actions for non-compliances noted during inspections. Additionally, any prospective corrections required to meet standards must be conducted at the Offeror's expense prior to government acceptance, ensuring adherence to safety protocols for offered spaces in government procurement processes.
The document outlines the provisions of FAR Clause 52.204-25, which prohibits federal agencies from contracting for specific telecommunications and video surveillance equipment or services from entities linked to certain foreign countries, notably China. Defined terms, including 'covered telecommunications equipment' and 'critical technology,' establish the scope of the prohibition, which is rooted in national security concerns. Sections (b) and (c) detail a strict ban on acquiring any system that employs these technologies as essential components unless exceptions apply. Contractors have a reporting responsibility if such covered equipment or services are identified during contract execution, necessitating immediate notification to the Contracting Officer. The clause further emphasizes the requirement for contractors to extend these provisions to subcontracts to maintain compliance across all levels of procurement. This regulation reflects a broader governmental effort to enhance security and reduce risks posed by foreign influence in critical telecommunications infrastructure as part of federal contracting processes.
The document outlines a Commission Agreement between Jones Lang LaSalle Americas, Inc. (Broker) and a property Lessor regarding the leasing of office space for the United States General Services Administration (GSA). It details the process of how commissions will be structured based on the Aggregate Lease Value, defined as the total rental amounts during the non-cancelable lease term, including various costs but excluding certain provisions like rental abatement and operational escalations. The commission is set at 5% of this value, with half payable upon lease award and the remainder due upon Tenant occupancy or lease commencement. Additionally, it establishes confidentiality obligations, liability limits, and suggests that any disputes will involve recovery of reasonable attorney fees by the prevailing party. The Agreement is comprehensive, requiring written consent for modifications and representing the complete understanding between the parties. This document serves a key procedural role in federal leasing operations, particularly concerning commission structuring and management.
Jan 2, 2025, 5:04 PM UTC
The GSA Request for Lease Proposals (RLP) No. 0NJ2167 seeks offers for a leased space in Iselin, NJ, with proposals due by January 3, 2025. The document outlines the requirements, evaluation methods, and conditions necessary for lease proposals, emphasizing compliance with established guidelines. The government seeks 23,660 to 24,843 ABOA square feet of contiguous modern space with specific parking needs and must include various amenities such as public transport access and proximity to services. Lease term requirements stipulate a 10-year duration with potential renewal options. Eligible proposals must adhere to federal standards regarding accessibility, energy efficiency, and safety considerations, including environmental assessments. The document details a structured bidding process and clearly defines roles for government representatives and authorized brokers in the leasing process. Additionally, it mandates compliance with various federal regulations, including NEPA and the National Historic Preservation Act, reinforcing the government's commitment to sustainability and safety throughout the leasing and occupancy phases. This RLP provides a comprehensive framework for prospective lessors to understand the specific requirements and expectations for government leasing agreements.
Jun 4, 2024, 3:37 PM UTC
Jan 2, 2025, 5:04 PM UTC
Amendment No. 1 to Request for Lease Proposal (RLP) 0NJ2167, issued for space leasing in Iselin, NJ, outlines a key revision regarding the submission process. Effective January 2, 2025, the amendment replaces the previous submission guideline with a requirement that all offers must be submitted through LOP/RSAP by January 24, 2025, at 5:00 PM Eastern Standard Time, to be considered for award. Furthermore, all participants must acknowledge receipt of this amendment by signing and returning the document to designated government officials by the same date. The amendment is a crucial update in the bidding process, ensuring clarity and compliance for prospective lessors responding to the federal solicitation for lease proposals. The document emphasizes the importance of adhering to revised submission methods and deadlines to facilitate an organized evaluation of proposals.
Similar Opportunities
Notice of Succeeding Lease
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Newark, New Jersey, as part of a Notice of Succeeding Lease. The requirements include a minimum of 76,051 and a maximum of 79,854 square feet of office space, with a lease term anticipated to last for 10 years, including a firm commitment for the first 5 years. This procurement is crucial as the GSA evaluates options for new office space due to the impending expiration of its current lease on June 20, 2028, while considering factors such as relocation costs and infrastructure needs. Interested leasing entities must submit expressions of interest by May 12, 2025, with a market survey scheduled for May 21, 2025, and planned occupancy starting on July 1, 2028. For inquiries, potential bidders should contact Eduardo J. Vidal at eduardo.vidal@gsa.gov or by phone at 212-306-4929.
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG00 – 4PA0480 Office Space
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Allentown, Pennsylvania, under Request for Lease Proposals (RLP) 25REG00. The GSA requires a minimum of 3,780 and a maximum of 4,100 ABOA square feet of contiguous office space, with a lease term of 10 years and 5 firm, while adhering to specific agency requirements, including location restrictions and tenant improvement allowances. This procurement is crucial for accommodating federal operations and ensuring compliance with federal regulations, including safety and accessibility standards. Interested offerors should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772, and must submit their proposals 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.
Request for Lease Proposals (RLP) No. 3PA0375 - U.S. Government Seeks to Lease Office Space in State College, PA
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in State College, Pennsylvania, under Request for Lease Proposals (RLP) No. 3PA0375. The GSA requires approximately 11,422 to 11,993 square feet of contiguous space that meets specific operational needs, including 24/7 accessibility, security features, and compliance with various federal standards. This procurement is vital for accommodating government operations and ensuring a functional work environment, with proposals due by 5:00 p.m. on May 12, 2025, and an expected occupancy date of June 14, 2027. Interested parties should submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Jessica Herring at jessica.herring@gsa.gov or (215) 307-6889 for further information.
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space within Region 7, specifically in Fort Smith, Arkansas, under Request for Lease Proposals (RLP) 25REG07. The GSA requires a commercial office space with a minimum of 5,110 and a maximum of 5,200 ABOA square feet, with a lease term of 120/60 months and specific tenant improvement allowances. This procurement is crucial for accommodating federal operations and ensuring compliance with various federal standards, including seismic and accessibility requirements. Interested offerors must submit their proposals during the designated open periods, with the first deadline set for May 7, 2025, and can contact Quentin Horn at quentin.horn@gsa.gov or Matthew Van Allen at matthew.vanallen@gsa.gov for further information.
US GOVERNMENT SEEKS TO LEASE SPACE IN ROLLA, MO
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office, lab, and warehouse space in Rolla, Missouri, under Request for Lease Proposals (RLP) No. 0MO2177. The required space ranges from 31,891 to 34,277 ABOA square feet, with specific allocations for office, lab, and warehouse functions, and the lease term is set for 20 years, including a firm commitment of 10 years and optional extensions. This procurement is crucial for accommodating federal agencies, including the U.S. Geological Survey and the Mine Safety and Health Administration, ensuring compliance with safety, accessibility, and sustainability standards. Interested lessors must submit their proposals electronically by December 21, 2023, with an anticipated occupancy date of May 15, 2025. For further inquiries, contact Bruce Keyes at bruce.keyes@gsa.gov or call 719-237-5740.
Lease of Office Space within Region 3
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Philadelphia, Pennsylvania, specifically for law enforcement operations. The required space must be between 19,025 and 19,977 ABOA square feet, located within defined boundaries, and must be contiguous on one floor with 24/7 access and daytime cleaning services. This procurement is crucial for accommodating government agents who may carry weapons while conducting law enforcement activities, and the selected space must comply with various safety and accessibility standards. Interested parties must submit detailed Expressions of Interest by May 9, 2025, for occupancy estimated on June 9, 2026, and should contact Jessica Herring at jessica.herring@gsa.gov or Nick Klein at nicholas.klein@gsa.gov for further information.
1MT2150 - Request for Lease Proposals (RLP) - 7,360 SQFT
Buyer not available
The General Services Administration (GSA) is soliciting lease proposals for a space of 7,360 square feet in Poplar, Montana, through its Public Buildings Service. This Request for Lease Proposals (RLP) aims to secure suitable office space to meet federal requirements, emphasizing the importance of providing adequate facilities for government operations. Interested parties are encouraged to review the attached Proposal Packet for detailed submission guidelines and requirements, and they may contact Sadat Dardovski at sadat.dardovski@gsa.gov or 720-654-2112 for assistance. Proposals must adhere to federal guidelines and be submitted by the specified deadlines to ensure consideration.
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07 - Office Space
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Abilene, Texas, under Request for Lease Proposals (RLP) 25REG07. The GSA requires a minimum of 2,886 and a maximum of 2,900 ABOA square feet of office space, with a lease term of 17 years or 15 years, and specific requirements regarding location, accessibility, and security. This procurement is crucial for providing a suitable environment for government operations, particularly in serving veterans, as the space must not be located near establishments that serve alcohol or adult entertainment. Interested offerors should contact Marc Hortinela at marcryan.hortinela@gsa.gov or 817-850-8330, or Sergio Leal at sergio.leal@gsa.gov or 956-371-9730 for further details, and must submit their offers during the designated Open Periods through the Automated Advanced Acquisition Program (AAAP) website.
General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TX1212
Buyer not available
The General Services Administration (GSA) is seeking to lease 15,525 square feet of space in Harlingen, Texas, for office, lab, and warehouse purposes. The procurement requires that the space be located in a modern building that meets specific construction and layout requirements, including first-floor accessibility and secure parking for 38 government vehicles. This opportunity is crucial for supporting government operations, as it emphasizes compliance with safety and sustainability standards, as well as the provision of daytime cleaning services. Interested entities must submit detailed expressions of interest by May 2, 2025, with a market survey scheduled for June 2025 and estimated occupancy anticipated by December 1, 2026. For further inquiries, contact Ed Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
Lease of Office Space within Region 5 using Request for Lease Proposals (RLP) #25REG05 - Office Space – Lisle, Illinois
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Lisle, Illinois, under Request for Lease Proposals (RLP) 25REG05. The procurement aims to secure nonresidential office space that meets the needs of the Public Buildings Service, ensuring a functional and efficient work environment for government operations. This opportunity is crucial for providing adequate facilities to support federal activities in the region. Interested parties can reach out to David J. Rauen at david.rauen@gsa.gov or call 312-720-5149 for further details regarding the submission process and requirements.