GSA Seeking Lease Space
ID: 3SD0132Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 OFFICE OF LEASINGLAKEWOOD, CO, 80225, USA
Timeline
  1. 1
    Posted Sep 20, 2023, 5:22 PM UTC
  2. 2
    Updated Sep 20, 2023, 5:22 PM UTC
  3. 3
    Due Oct 6, 2023, 11:00 PM UTC
Description

The General Services Administration (GSA) is seeking to lease office and light industrial space in Rapid City, South Dakota, with a minimum of 6,462 square feet and a maximum of 6,802 square feet required. The space must accommodate three oversized vehicles, necessitating specific dimensions and features, including heated garage space and secured parking for 14 vehicles with electrical outlets for engine block heaters. This procurement is crucial for supporting government operations, ensuring compliance with various safety, accessibility, and environmental standards, and the lease term is set for 20 years. Interested parties should contact Michael Ortega at michael.ortega@gsa.gov or Michael Condon at michael.d.condon@gsa.gov, with proposals due by April 20, 2025, and submissions required through RSAP by April 25, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 5:08 PM UTC
The General Services Administration's Request for Lease Proposals (RLP) No. 3SD0132 seeks offers for a lease of 6,600 to 6,751 rentable square feet of office and light industrial space in Rapid City, SD, with proposals due by April 20, 2025. The government outlines specific requirements for the space, including a minimum of 5,700 square feet for offices, 900 for garage spaces accommodating oversized vehicles, and sufficient parking facilities. The lease will be for 20 years, commencing around February 1, 2027. Among the key criteria for evaluation are site safety, environmental compliance, and adherence to energy efficiency standards, including potential upgrades for energy performance to achieve ENERGY STAR certification. Offerors must provide detailed pricing, including costs related to tenant improvements and operational expenses. The proposal process requires compliance with various federal regulations, including fire safety, accessibility, and asbestos management. The document emphasizes transparency and confidentiality in proposal submission via an online platform, ensuring offers remain confidential until lease awards are made. Compliance with the National Environmental Policy Act and historic preservation regulations is also critical to successfully securing the lease. This RLP reflects the government's strategic initiatives in securing compliant and sustainable office spaces.
Mar 26, 2024, 4:42 PM UTC
Mar 26, 2024, 4:42 PM UTC
Apr 18, 2025, 5:08 PM UTC
The document is an amendment to the Request for Lease Proposal (RLP) No. 3SD0132, issued by the GSA Rocky Mountain Region for a property in Rapid City, SD. The primary purpose of this amendment is to clarify the requirements for authenticating a requestor's business "need to know" status to access agency requirements, referencing specific subsections of the initial RLP. The amendment maintains all other terms and conditions from the original proposal unchanged. To proceed with the proposal, recipients must acknowledge the amendment by signing and returning the document by April 20, 2025, as directed by the Lease Contracting Officer, Michael D. Condon. This document exemplifies standard procedures in federal RFP processes, ensuring that all participants understand and meet documented requirements to facilitate transparency and compliance in government leasing activities.
Apr 18, 2025, 5:08 PM UTC
The GSA Rocky Mountain Region has issued an amendment to the Request for Lease Proposal (RLP) No. 3SD0132 concerning Rapid City, SD, dated April 18, 2025. The amendment specifically revises Section 3.2 regarding the submission of lease proposals. Offers must now be submitted through RSAP by 4:00 PM MT on April 25, 2025, to be eligible for consideration. The document emphasizes that all other terms and conditions of the original RLP remain unchanged. The amendment also requests that recipients acknowledge receipt of this change by signing and returning a copy by the specified deadline. Michael Condon, a Lease Contracting Officer from the GSA, is the contact for this amendment. This document represents a crucial step in the federal leasing process, ensuring compliance with the established submission timelines and procedures.
Mar 26, 2024, 4:42 PM UTC
Apr 18, 2025, 5:08 PM UTC
The document outlines Lease No. GS-08P-LSD00945 between the General Services Administration (GSA) and a Lessor for office and related space. Key terms include the lease term, which starts upon acceptance and has specified termination and renewal rights, and provisions regarding rent, appurtenant rights, and other considerations. The GSA stipulates that the annual rent includes shell rent, operating costs, tenant improvements, and parking, with a provision for reductions based on unoccupied premises and adjustments for real estate tax changes. The lease includes sections detailing the premises description, required improvements, construction standards, and maintenance responsibilities. Authorization processes for alterations requested by the Government are stipulated, along with pertinent definitions. Licensee obligations for documentation, compliance, and operational costs during the lease term are also highlighted. This agreement serves to formalize the essential terms for leasing government office space, ensuring adherence to federal regulations and standards while offering a framework for operational conduct and financial management within the scope of government RFPs and grants.
Apr 18, 2025, 5:08 PM UTC
The document pertains to Request for Lease Proposals (RLP) No. 3SD0132 and outlines the process for accessing sensitive information related to the lease proposal. Potential offerors interested in submitting a proposal must request this sensitive information directly from the Lease Contracting Officer’s designee specified in the RLP. To access the information, the designee will authenticate the requester’s legitimate business need before providing the required details in a separate format outside of the SAM.gov platform. This protocol emphasizes the protection of sensitive information while ensuring that only qualified parties can access the necessary documentation to formulate their proposals.
Apr 18, 2025, 5:08 PM UTC
This document outlines security requirements for federal facilities classified as Level II, focusing on providing enhanced protections for critical areas and government operations. Key elements include strict access controls for entrances, common areas, and critical facilities, such as mechanical and telecom rooms, ensuring only authorized personnel access. The Lessor is responsible for implementing physical and electronic security systems, including Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS), which must be regularly tested and maintained. The requirements also extend to landscaping, parking arrangements, and measures to mitigate threats such as unauthorized access or environmental hazards. Detailed protocols for cybersecurity are mandated, prohibiting the connection of building access and control systems to federal networks and advising on the best practices for cybersecurity hygiene. The document emphasizes collaboration between the Lessor and government agencies, including establishing a Facility Security Committee to oversee security measures during and after construction. Overall, these requirements establish a comprehensive framework intended to fortify government facilities against various security threats while facilitating operational functionality.
This solicitation outlines the process for acquiring leasehold interests in real property through federal procurement. Key provisions include instructions for offerors regarding proposal submission, modifications, and revisions, emphasizing the necessity of adhering to deadlines and formats. Proposals must be received on time, with specific allowances for late submissions under certain conditions. Offerors are guided on how to mark proprietary data and the implications of such markings. The evaluation process aims to identify the best value offer, and the government reserves the right to reject any proposals that do not meet its interests, including those with unbalanced pricing. Additionally, the document stresses the importance of being registered in the System for Award Management (SAM) prior to contract award, detailing the registration process and requirements. Furthermore, proposals for properties within a 100-year floodplain are restricted unless no alternatives exist. This solicitation serves as a comprehensive guide for potential lease offerors, ensuring transparency, compliance, and clarity throughout the proposal and evaluation process in federal acquisitions.
The document outlines general clauses governing lease agreements for the acquisition of leasehold interests in real property below the Simplified Lease Acquisition Threshold (SLAT). It contains provisions that address definitions, maintenance responsibilities, fire and casualty damage, inspection rights, and default situations related to the lessor's obligations. Key clauses also emphasize compliance with applicable laws, integrated agreements, and payment processes. The contract incorporates various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to safeguarding contractor information, equal opportunity standards, and operational expectations. Notably, clauses related to property maintenance require the lessor to keep premises in tenantable condition, while inspection clauses grant the government rights to assess compliance related to potential hazards. Default and payment clauses stipulate mechanisms for recourse if obligations are unmet. This document reflects policies that bolster accountability and clarity in government leasing practices while ensuring safety and compliance across various operational dimensions. Its structured approach ensures legal protections and responsibilities are clearly defined, facilitating effective contract management in government procurements.
The document appears to detail information regarding federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs, focusing on opportunities for funding and project proposals. Such documents are crucial in facilitating partnerships between government entities and various organizations, offering financial support for a range of projects and services. The content likely includes guidelines for proposal submissions, eligibility criteria for applicants, evaluation standards, and deadlines. In the context of government contracting and grants, these RFPs aim to foster economic development, support public services, and encourage innovation across diverse sectors. Compliance with federal and local regulations is emphasized, and stakeholder engagement is shown to be a priority. Overall, the document serves as a directory of funding opportunities, promoting transparency and encouraging collaboration between governmental bodies and external organizations. The aim is to equip potential applicants with the necessary resources and information to successfully navigate the RFP process and secure funding.
The Lessor's Annual Cost Statement is a documentation process required by the General Services Administration (GSA) for entities leasing buildings to the government. This form collects estimated annual costs related to services, utilities, and ownership exclusive of capital charges. It includes detailed breakdowns for cleaning, heating, electrical, plumbing, air conditioning, elevator maintenance, and more, ensuring that lessors provide accurate cost estimates for both the entire building and specifically for the government-leased areas. Additionally, the statement seeks information on property taxes, insurance, and maintenance costs to assist in assessing fair market value. Importantly, this document underlines the need for leases to reflect local market rates while guiding the government’s approach to acquiring rental space. The form sets clear instructions for computations related to rentable areas and the necessary certifications by the lessor about the veracity of the submitted costs. Overall, this form plays a critical role in the governmental procurement process, helping ensure responsible fiscal management and transparency in leasing federal properties.
The document outlines the requirements for a Fire Protection and Life Safety Evaluation for office building spaces offered to the government. It consists of two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, requiring a licensed fire protection engineer. The evaluation ensures compliance with local building and fire codes and the National Fire Protection Association (NFPA) standards. Key areas of assessment include automatic fire sprinkler and alarm systems, exit signage, emergency lighting, elevators, and overall fire safety conditions. The assessments must detail deficiencies and recommended corrective actions, ensuring the offered space is safe and compliant. Documentation is required for violations, construction types, occupancy classifications, egress routes, fire suppression systems, and elevator safety features. The document mandates that all required evaluations and certifications be completed and signed to ensure safety and compliance prior to government acceptance of any lease agreement. This evaluation is critical to maintaining safety standards in government office spaces as part of the overall procurement process for facility space.
Apr 18, 2025, 5:08 PM UTC
The document outlines the requirements for seismic compliance in leasing federal buildings, focusing on various forms that Offerors must complete. Forms A through D are pre-award submittals confirming whether existing or new buildings meet seismic standards per RP 8. Seismic compliance for benchmark buildings is validated through Form A, while Form B is used for existing buildings requiring evaluation based on life safety performance. Offerors retrofitting buildings must use Form C, with commitments detailed for both retrofitting and new construction in its separate parts. Form D allows for exemption claims under specific conditions. Post-award forms (E and F) are for retrofitted buildings and new constructions, respectively, requiring engineers to certify compliance with established seismic rehabilitation or construction standards. Definitions clarify key terms, including the role of licensed engineers and relevant standards (ASCE/SEI 31 and 41). The document serves as a crucial guide for ensuring that federally leased buildings adhere to safety regulations, minimizing hazards in seismic-prone areas while supporting federal leasing processes. Compliance documentation is necessary for government acceptance of leased spaces.
Apr 18, 2025, 5:08 PM UTC
The document outlines General Decision Number SD20250029, which pertains to wage determinations for building construction projects in Pennington County, South Dakota. It specifies the application of the Davis-Bacon Act and President's Executive Orders regarding minimum wage rates for contractors on federally funded contracts. For contracts initiated or extended after January 30, 2022, the minimum wage is $17.75 per hour, while older contracts not renewed after this date require a minimum of $13.30 per hour. It provides a detailed wage determination for various construction classifications, detailing rates and fringe benefits, as well as guidelines for additional work classifications not listed. The document also states the protocol for appealing wage determination decisions by the Department of Labor. This summary is critical for contractors engaging in government contracts, ensuring compliance with prevailing wage laws and understanding their obligations regarding worker compensation and benefits.
Apr 18, 2025, 5:08 PM UTC
The document outlines the representation requirements regarding certain telecommunications and video surveillance services or equipment, as specified in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that offerors must declare whether they provide or use covered telecommunications equipment or services in their contracts with the government. Key points include definitions of relevant terms, prohibitions on procuring such equipment or services, and the need for careful review of excluded parties in the System for Award Management (SAM). Offerors are required to provide disclosures if they respond affirmatively regarding their provision or use of covered telecommunications. This form aims to ensure compliance with federal regulations aimed at safeguarding government communications from potentially harmful technologies. It emphasizes accountability and transparency in government contracting, supporting broader efforts to mitigate risks associated with certain telecommunications and video surveillance technologies.
Mar 26, 2024, 4:42 PM UTC
Mar 26, 2024, 4:42 PM UTC
Mar 26, 2024, 4:42 PM UTC
Mar 26, 2024, 4:42 PM UTC
Lifecycle
Title
Type
Solicitation
GSA Seeking Lease Space
Currently viewing
Sources Sought
Similar Opportunities
US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GREER, SC
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Greer, South Carolina, with specific requirements for the space to accommodate government operations. The desired location must provide between 12,155 and 12,763 square feet of office space, ideally situated on up to two contiguous floors, and must meet various safety and accessibility standards, including a minimum column spacing of 24 feet and a dedicated elevator for government use if security screening is on the ground floor. This procurement is crucial for ensuring that the government has adequate facilities to support its operations, and interested parties must submit their Expressions of Interest by April 29, 2025, to Jason Lichty at jason.lichty@gsa.gov, with occupancy anticipated by January 11, 2027.
Lease for Office Space in Sioux Falls, SD - 6,019 SF Required
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a lease of office space totaling 6,019 square feet in Sioux Falls, South Dakota. The government currently occupies a leased building in the area, which is set to expire, and is exploring alternate space options that may be more economically advantageous. This procurement is crucial for ensuring that the government has adequate office facilities while considering factors such as janitorial services, relocation costs, and potential downtime during the transition. Interested parties can reach out to Laura DeLong at laura.k.delong@usace.army.mil for further information regarding this solicitation.
General Services Administration (GSA) seeks to lease the following space: Fort Worth, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Fort Worth, Texas, with specific requirements for the facility. The procurement aims to secure a minimum of 2,000 square feet and a maximum of 2,300 square feet of space that includes a secured yard for two 20-foot trailers, parking for at least two employees, and a minimum turning radius of 23 feet for vehicle maneuverability. This opportunity is crucial for supporting government operations, ensuring compliance with fire safety, accessibility, and sustainability standards, while also avoiding floodplain areas. Interested parties must submit their expressions of interest by May 8, 2025, with occupancy anticipated by August 2, 2027. For further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or call 682-816-1625.
General Services Administration Lease : Warehouse - Oklahoma City, OK
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Oklahoma City, Oklahoma, with specific requirements for the facility. The desired space must range from 3,540 to 4,071 square feet, featuring a minimum ceiling height of 14 feet and a heavy live floor load capacity of 100 lbs. per square foot, along with 1.5 acres of outdoor storage for large equipment. This procurement is crucial for supporting government operations and ensuring compliance with fire safety, accessibility, and sustainability standards, while also avoiding floodplain locations. Interested parties should submit expressions of interest by April 30, 2025, with a market survey estimated for May 14, 2025, and projected occupancy by September 1, 2026. For further inquiries, contact Carson Melom-Lemos at carson.melom-lemos@gsa.gov or call 817-978-0351.
US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN COLUMBIA, SC
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Columbia, South Carolina, with specific requirements for the space to accommodate government operations. The GSA requires a total of 38,214 ABOA square feet of office and related space, with a minimum of 12 parking spaces, including 2 reserved spaces, and the ability to access the space 24/7. The leased space must meet various safety and accessibility standards and cannot be co-located with certain facilities that may pose operational risks. Interested parties must submit their Expressions of Interest by May 12, 2025, including detailed information about the offered space, and should direct inquiries to Jason Lichty at jason.lichty@gsa.gov or 972-739-2213.
General Services Administration (GSA) seeks to lease Office/Warehouse/Specialized Lab and Tech space in Boulder, CO
Buyer not available
The General Services Administration (GSA) is seeking to lease office, warehouse, and specialized lab and tech space in Boulder, Colorado. The procurement requires a minimum of 27,774 square feet and a maximum of 29,163 square feet, with specific requirements including a warehouse clear height of at least 22 feet, a dock-height loading dock for semi-trucks, and an emergency generator with a minimum capacity of 400KVA. This opportunity is significant as it supports the GSA's need for suitable office and operational space, ensuring compliance with government standards for safety and accessibility. Interested parties should submit expressions of interest by May 8, 2025, with occupancy anticipated by March 21, 2026; for further inquiries, contact Timothy Pavek at tpavek@gsa.gov or (925) 790-2134.
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 Space for Wichita, KS
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of parking space in Wichita, Kansas, specifically requiring 51 surface parking spaces within a 0.25-mile radius of 100 W 3rd St N. The lease will have a total term of 60 months, with a firm commitment of 36 months, and the proposed space must meet government standards for fire safety, accessibility, and sustainability, while also avoiding floodplain locations. This opportunity is significant for ensuring adequate parking facilities for government operations in the area, and interested parties must submit their expressions of interest by April 30, 2025, with an estimated occupancy date of December 1, 2025. For further details, interested entities can contact Andrew Moeller at andrew.moeller@gsa.gov or Emily Tinsley at emily.tinsley@gsa.gov.
General Services Administration Office Space Las Cruces, New Mexico
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Las Cruces, New Mexico, with specific requirements for a minimum of 14,060 square feet and a maximum of 14,200 square feet. The space must accommodate office, lab, light industrial, and food service areas, and include controlled, fenced parking for government vehicles, as well as 24-hour unrestricted access. This procurement is crucial for supporting government operations and ensuring compliance with safety and accessibility standards. Interested parties should submit their expressions of interest by April 25, 2025, with occupancy anticipated by November 8, 2026; for inquiries, contact Patrick Staley at patrick.staley@gsa.gov or 817-978-0131.
Lease Space in Lincoln, NE
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Lincoln, Nebraska, as part of a presolicitation notice. The required space must be between 58,173 to 59,000 square feet and include a total of 15 parking spaces, with compliance to government standards for fire safety, accessibility, seismic, and sustainability requirements. This procurement is essential as the current lease is expiring, and the GSA aims to assess economic advantages and efficiency of available options. Interested parties should submit expressions of interest by May 1, 2025, with a market survey to follow by May 15, 2025, and anticipated occupancy by September 1, 2025. For inquiries, contact Gayle S. Dunning at gayle.dunning@gsa.gov or call 816-823-2001.