General Services Administration (GSA) seeks to lease the following space: 1TX2702_2
ID: 1TX2702_2Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for Lease Package No. 1TX2702, which involves leasing between 45,647 and 47,929 square feet of modern office space in Fort Worth, Texas, for a term of 17 years. The leased property must meet specific requirements, including modern construction standards, adequate parking, and designated areas for amenities and training, while adhering to security, environmental, and accessibility standards. This procurement is crucial for fulfilling government operational needs and ensuring compliance with federal regulations, with proposals due by April 2, 2025. Interested parties can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further information.

    Point(s) of Contact
    Edward "Teddy" H. Seifert
    (202) 652-4189
    edward.seifert@gsa.gov
    Files
    Title
    Posted
    The document is a lease agreement between the U.S. Government, represented by the General Services Administration (GSA), and a lessor for a specific property designated as Lease No. GS-07P-LTX01261. It outlines the terms and conditions under which the Government will lease the premises, detailing specifications such as the premises' size, lease term of 17 years with a 15-year firm period, rent structure, and provisions for tenant improvements and parking. The lessor is responsible for maintaining the property and completing required modifications before Government acceptance. The agreement also addresses the adjustment of rent based on operating costs, real estate tax adjustments, and options for termination and alterations initiated by the Government. Key elements highlighted include responsibilities for operational services, the inclusion of a training yard, and specific tenant improvement allowances. The document anticipates potential changes, including ownership transfer of the property and tax implications. This lease exemplifies a government procurement process, ensuring compliance with federal regulations and providing a framework for using government funds effectively while securing necessary office space.
    The GSA Request for Lease Proposals (RLP) No. 1TX2702 seeks offers for a lease of between 45,647 and 47,929 ABOA square feet of modern office space in Fort Worth, TX, with a submission deadline of April 2, 2025. This comprehensive document outlines requirements regarding space specifications, including structural integrity and security provisions necessary for federal use. Key stipulations include the demand for adequate parking facilities and specialized enhancements for different operational needs such as a vending area and potential antenna installations. The lease term is set for 17 years with specific tenant improvement clauses. The document emphasizes the importance of accessibility, sustainability, and compliance with various environmental regulations, including the National Historic Preservation Act and the Energy Independence and Security Act. All proposals must include detailed pricing information, adhere to a structured method of evaluation focused on efficiency and compliance, and ensure due diligence concerning potential environmental risks. As part of the procurement process, only qualified submissions that address the Government's outlined needs will be considered for award. Overall, this RLP reflects the GSA's approach to acquiring necessary workspace while prioritizing safety, sustainability, and historical considerations.
    The GSA Request for Lease Proposals (RLP) No. 1TX2702 outlines requirements for leasing a property in Fort Worth, TX, with offers due by April 2, 2025. The government seeks between 45,647 to 47,929 square feet of contiguous space, with a lease term of 17 years and specific occupancy conditions. The property must meet modern construction standards and include features like structured parking and designated areas for amenities such as vending facilities and exterior training spaces. Proposals are evaluated based on compliance with detailed security, environmental, and accessibility standards. Offerors must submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP), including forms detailing rental rates, improvement costs, and security measures. The document emphasizes considerations for floodplain impacts, historic preferences, and energy efficiency standards under the Energy Independence and Security Act. The evaluation process will involve price preferences for historic properties, and there are compliance requirements surrounding asbestos and hazardous materials. This RLP represents a component of the federal effort to procure suitable facility space to fulfill government needs efficiently while adhering to regulatory standards and promoting sustainability.
    The document outlines Lease No. GS-07P-LTX01261, a formal agreement between the Lessor and the Government, represented by the General Services Administration (GSA). This lease pertains to a property designated for government use, encompassing a 17-year term, with a 15-year firm duration. The Lessor agrees to provide designated office space, parking, and facilities necessary for government operations, including a training yard. Rent will be paid annually, with initial months offering free rent. Key provisions include terms for alterations requested by the Government, provisions for rent adjustments based on occupancy and real estate taxes, and requirements for tenant improvements and energy efficiency standards. The lease specifies various responsibilities of the Lessor, including maintenance, operational services, and compliance with environmental regulations. This document is structured into sections detailing definitions, specific lease requirements, termination and renewal rights, and financial considerations—highlighting a comprehensive framework for government leasing procedures that align with federal standards. Overall, this lease facilitates the Government's operational needs while establishing clear terms for property management and real estate transactions.
    The U.S. Department of Agriculture (USDA) has developed the National Space and Design Guide to streamline the leasing and design of office spaces, aiming to optimize workplace efficiency and align with agency goals. The document contains guidelines and procedures for building assessment, space requests, and design standards, emphasizing a strategic approach to real estate management. Key concepts include a focus on flexibility, enhanced work environments, customer experiences, technology integration, security, and brand identity across USDA offices. Proposed suggestions involve standardized modular furniture, adaptable layouts, improved office climate control, acoustic treatments, and modern technology installations to support diverse work patterns. Space allocation strategies specify requirements for individual and shared workspaces and support resources, considering personnel headcounts and functional needs. The Request for Space outlines essential criteria such as square footage, agency-specific requirements, security levels, and designated parking. This comprehensive guide aims to ensure that USDA's workplace solutions are efficient, cohesive, and conducive to a dynamic working environment while reducing real estate costs and accommodating evolving work patterns. This initiative showcases the USDA's commitment to improving employee experiences and operational effectiveness through thoughtful planning and design.
    The document provides an overview of the specialized needs within the Fort Worth Soil Mechanics Laboratory located in Building 23 of the Fort Worth Federal Complex (FWFC). It outlines necessary facilities and equipment grouped by specific rooms within the laboratory, which includes various operational requirements such as water lines, ventilation systems, and electrical services for heavy machinery. Key areas mentioned include a Compaction Room that necessitates isolated machinery for noise control, a Hot Room requiring climate control for soil samples, and a Mechanical Analysis Room with specialized glassware and lab-grade countertops. The document also highlights the need for noise and vibration mitigation as the lab is expanding its staff from five to nine. Compliance and safety concerns are addressed, particularly in areas using hazardous materials and equipment. The overall structure emphasizes the laboratory's operational requirements for efficient soil testing and research capabilities while indicating an ongoing effort to enhance its facilities to meet the growing needs of its staff and services. This request fits within broader federal goals for infrastructure development and research support in soil mechanics.
    The file outlines future space calculations for the USDA Natural Resources Conservation Service (NRCS) facility in Fort Worth, Texas, detailing specific area requirements for various laboratory and office spaces. The space requirements, totaling 34,646 square feet, include specialized areas such as a Soil Mechanics Laboratory, Central Remote Sensing Laboratory, office spaces, and meeting rooms. A notable aspect is the breakdown of square footage for elements like soil testing rooms, storage, IT support areas, and food service amenities, illustrating the comprehensive needs of the facility. The document emphasizes the importance of proper circulation within the space, with a calculated circulation area of 13,858 square feet, resulting in a total allowable space up to 51,400 square feet under GSA policies. The overall focus is on creating a functional, well-organized environment that supports the NRCS's various operations while adhering to government standards for design and space utilization. This aligns with the broader scope of federal grants and RFPs by highlighting the needs for infrastructure improvements to enhance operational efficiency while ensuring compliance with programmatic and safety requirements.
    The USDA's NRCS Fort Worth Future Space Project outlines specific requirements for infrastructure and facilities to support emergency power systems, laboratory space, and training areas. Key specifications include an emergency generator installation with fuel access, a secure laboratory housing approximately 113,000 confidential files, and a designated training space of 0.5 to 2 acres, primarily consisting of natural terrain for effective communication during instruction. The project emphasizes the need for specialized laboratories dedicated to soil mechanics testing, which serve various NRCS programs, contributing to their strategic goals of promoting productive land and ensuring clean water resources. Critical aspects of laboratory space include distinct work areas for sample reception, preparation, and advanced testing, along with compliance with ASTM standards. Furthermore, the document mentions requirements for dedicated office spaces, storage for soil and rock samples, a training area for internal workshops, fitness center facilities for employee wellness, and a comprehensive chemical storage area. Overall, the project aims to enhance NRCS's operational efficiency while maintaining a secure, functional environment for soil mechanics research and testing integrated with modern amenities for employee welfare.
    The document outlines security requirements for federal facilities classified as Security Level II. It emphasizes the responsibilities of the lessor in providing building security measures, including Physical Access Control Systems (PACS), employee access controls, and safety protocols for critical areas. Key elements include stringent control of access to utility areas, visitor verification processes, and maintenance of security systems like Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS). Landscaping requirements aim to enhance visibility for security personnel, and cycling through ongoing security assessments is stressed. Importantly, the document sets guidelines for cybersecurity related to Building Access Control Systems and mandates proper incident reporting. These comprehensive security requirements ensure protection for government operations and the safety of personnel and visitors, reflecting federal priorities for secure facility management. The overall purpose of the document is to mitigate risks and safeguard critical infrastructure through stringent security protocols.
    The document outlines the security requirements for facilities under a federal lease agreement classified as Facility Security Level II. It details the obligations of the Lessor, defining critical areas that require restricted access and establishing measures to protect these zones from unauthorized intrusion. The lease includes protocols for employee access control, visitor verification, and the integration of security systems like video surveillance and intrusion detection. Key security features involve securing entrances, common areas, utility spaces, and ensuring landscaping does not obstruct security measures. The document also emphasizes the importance of cybersecurity, detailing necessary precautions to protect building systems from cyber threats. Overall, it serves to create a comprehensive security framework aimed at maintaining safety and compliance within government-operated facilities, reflecting standard practices in federal grant and contracting processes.
    This document outlines the guidelines for the acquisition of leasehold interests in real property under federal solicitations. It begins with definitions relevant to the proposal process, such as “proposal modification” and “discussions.” Key instructions for offerors include submitting proposals in specified formats, addressing late submissions, and acknowledging amendments. Proposals must comply with predefined conditions, and modifications are permitted before the closing date. The document also emphasizes the importance of the System for Award Management (SAM) registration for offerors and sets forth procedures for compliance evaluations for contracts exceeding $10 million. It addresses how leases should be executed based on the type of lessor entities and lays out the process for protests regarding the solicitation. Moreover, the document includes provisions for utilizing facsimile submissions and discusses the implications of the Federal Acquisition Supply Chain Security Act orders on proposals. Overall, the purpose of this document is to establish a structured process for government leasing agreements that ensures compliance, transparency, and fairness in proposal evaluations, promoting best value awards.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property, as specified by the General Services Administration (GSA). It defines critical terms, such as "discussions" and "proposal modifications," and details the submission process for proposals, including deadlines and acceptable formats. Key stipulations include the requirement for late proposals to meet certain conditions for consideration and guidelines for modifying or withdrawing proposals. The document emphasizes compliance with federal regulations, including the requirement for offerors to be registered in the System for Award Management (SAM) prior to award. It also discusses the procedures for evaluating proposals, including recognition of unbalanced pricing and the conditions under which an award can be rejected. Additional sections address compliance evaluations concerning equal opportunity, the signing authority required for various entity types, and the protocol for filing protests related to the solicitation. The aim of this document is to facilitate a transparent and efficient procurement process, ensuring that offers comply with established standards and regulations while providing guidance for potential contractors in submitting their proposals effectively.
    The document outlines a set of general clauses for the acquisition of leasehold interests in real property, primarily structured for federal government contracts. It includes 56 clauses categorized by topics such as definitions, performance obligations, payment standards, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, cybersecurity, administrative expectations, and compliance with applicable laws. Each clause specifies the responsibilities and rights of the lessor and the government, addressing issues such as maintenance, inspections, payments, and conditions for default or termination. Key clauses also emphasize adherence to federal regulations, proper conduct, and protections against improper activities, ensuring transparency and compliance throughout the lease period. This document serves as a comprehensive framework to guide both lessors and government entities in their contractual relationship, ensuring mutual understanding and obligations are clearly defined.
    The document outlines general clauses pertaining to the acquisition of leasehold interests in real property, particularly focused on Federal government leasing agreements. Key areas covered include definitions, subletting and assignment, successors' obligations, subordination and non-disturbance, performance obligations, payment procedures, standards of conduct, adjustments, audits, disputes, labor standards, and small business considerations. Each clause details the obligations and rights of the lessor and the government, addressing issues such as default, inspection rights, maintenance responsibilities, and compliance with laws. Specific requirements for cybersecurity and prohibited practices regarding certain vendors and products are also included. This comprehensive framework aims to ensure clarity in leasing operations and to safeguard the interests of both the government and private lessors by establishing standardized processes and legal protections throughout the lease duration. Overall, the document serves as a critical reference for government agencies engaging in lease agreements, ensuring consistency and compliance with federal regulations and standards.
    The document is currently inaccessible due to limitations in displaying its content. It is recommended to upgrade to the latest version of Adobe Reader to view government-related files, including Requests for Proposals (RFPs) and federal or state grant information. Readers are guided to visit Adobe's website for assistance with downloading and troubleshooting their PDF viewer. Microsoft Windows, Mac, and Linux are mentioned as operating systems associated with the program. The purpose appears to be ensuring users can effectively access vital government documents, presumably for funding or service procurement opportunities, reflecting the government's commitment to transparency and accessibility of information.
    The document appears to be an inaccessible PDF file related to government RFPs, grants, or similar initiatives. Its content is not available for review, limiting the ability to identify a main topic, key ideas, or supporting details. Given the context, it is likely intended to support solicitations for federal or state grants, or RFPs, guiding stakeholders on processes, eligibility, or project objectives. The inability to access the document hinders a comprehensive analysis, summary, or evaluation of its contents. Therefore, a detailed examination of any contained information or stipulations regarding funding opportunities or project requirements remains unfeasible.
    The Lessor's Annual Cost Statement, governed by the General Services Administration (GSA), outlines the annual costs associated with services and utilities included in leased buildings for government use. The document requires lessors to estimate expenses related to cleaning, heating, electrical services, air conditioning, elevators, security, supplies, and system maintenance, ensuring transparency and adherence to fair market values. It details how to calculate rentable space for both the entire building and government-leased areas, while requesting itemized cost estimates for various utilities and services. Additionally, lessors must account for ownership costs, including taxes, insurance, management fees, and maintenance expenses. By collecting this information, GSA ensures that lease proposals align with prevailing local market rates and maintain compliance with federal regulations under the Paperwork Reduction Act. The summary of costs must be certified by the lessor, affirming the accuracy of submitted estimates. The structured reporting aims to facilitate the lease process and streamline federal procurement efforts while providing comprehensive cost transparency.
    The Lessor's Annual Cost Statement serves as an official document required by the U.S. General Services Administration (GSA) for evaluating rental proposals for government-occupied properties. It outlines the estimated annual costs of services and utilities provided by the lessor as part of the rental agreement, including cleaning, heating, electrical, plumbing, and air conditioning. The lessor must provide detailed cost estimates for various categories, such as salaries, system maintenance, and utilities, separating costs for the entire building and the government-leased area. Additionally, the document requires the lessor to disclose ownership costs, including maintenance and managerial expenses, to help determine the fair market value of the space. Each section demands accuracy and transparency in cost reporting while ensuring rental charges align with local market rates. The overarching goal is to standardize information collection under the Paperwork Reduction Act, facilitating informed governmental leasing decisions.
    The document outlines the Fire Protection and Life Safety Evaluation process for office buildings managed by the General Services Administration (GSA). It consists of two parts: Part A for buildings below the 6th floor, which requires the Offeror or their representative to complete a series of short-answer and yes/no questions regarding building information and safety systems; and Part B for buildings on or above the 6th floor, which must be completed by a licensed fire protection engineer. This part includes a detailed narrative report detailing compliance with local fire codes and safety standards, including evaluations of fire alarm systems, automatic sprinkler systems, means of egress, occupancy classifications, and emergency systems. Both parts emphasize adherence to the most recent building codes, with specific attention given to fire safety conditions and any deficiencies that may not meet required standards, along with recommended corrective actions. The guidelines ensure comprehensive assessments necessary for the approval of offered spaces for government occupancy, reflecting a commitment to safety and regulatory compliance in government leasing. This document serves to standardize evaluations of fire safety in federally managed properties, ensuring public safety and efficient use of government facilities.
    The document outlines the procedures and requirements for conducting a Fire Protection and Life Safety Evaluation for office spaces in buildings managed by the General Services Administration (GSA). It consists of two parts: Part A, for spaces below the 6th floor, to be completed by the Offeror or their representative; and Part B, for spaces on the 6th floor or higher, requiring completion by a licensed professional engineer. Key topics include compliance with local building and fire codes, as well as the National Fire Protection Association standards. Part A involves basic questions about the building's layout and fire protection systems, such as sprinkler and alarm systems, while Part B necessitates a detailed narrative report that includes an assessment of fire safety conditions, occupancy classifications, exit routes, and any deficiencies found. The document emphasizes the importance of ensuring that all systems comply with applicable codes and that any corrections are undertaken before government acceptance of the offered space. This evaluation process is critical for safety and regulatory compliance in federal property management and lease agreements, ensuring that government spaces adhere to high safety standards.
    The document outlines security standards and measures required for a federal lease, specifically addressing various aspects of facility security, including entrances, common areas, and external site management. The lease emphasizes the need for employee access control, public restroom access, identifying governmental spaces through signage, and the installation of security systems such as video surveillance and intrusion detection. Key areas of focus include identity verification processes, establishing robust formal key control programs, and cybersecurity measures. The total costs for security countermeasures will be determined post-design, with specified unit prices for various security enhancements needing further negotiation prior to project execution. The structured format distinguishes between costs to be provided in the shell versus tenant improvements, allowing for detailed financial planning surrounding the security enhancements important for compliance with federal security standards. This document serves as a guide to contractors and lessors involved in fulfilling government security requirements for leased properties.
    The document outlines the Lease Security Standards for a facility lease, focusing on security measures to be implemented across various areas, including entrances, common areas, and the interior of the building designated for government use. It details security requirements such as employee access control, visitor access control, and facility-specific guidelines for signage, landscaping, parking, and exterior structure security. The Lease Security Unit Price List specifies multiple items and services priced under 'SHELL', indicating that final costs will be derived and negotiated based on initial designs and construction documents. Furthermore, the document emphasizes the necessity for thorough security systems, which include video surveillance, intrusion detection, and duress alarms, dictating responsibilities between the lessor and government regarding design and installation. Overall, the file serves as a comprehensive framework for defining and implementing security standards in government property leasing, ensuring compliance with established protocols while anticipating potential costs involved prior to project initiation.
    The document elaborates on the representation requirements related to telecommunications and video surveillance services or equipment for federal contracts, particularly as dictated by Section 889 of the John S. McCain National Defense Authorization Act of 2019. It mandates that Offerors disclose their use of covered telecommunications equipment or services as part of their proposals for federal contracts. The representation specifies that if Offerors indicate they will provide such equipment or services, they must supply detailed information, including the entity producing the equipment and the proposed use case. Conversely, if they state they do not use covered items, further disclosures are necessary to ensure compliance with federal prohibitions against certain telecommunications systems. The document emphasizes the importance of compliance in procurement processes, ensuring that federal agencies avoid contracting with entities utilizing potentially harmful telecommunications technologies. Overall, it outlines procedures for reviewing the System for Award Management (SAM) for compliance and underscores the significance of transparency in federal contracting practices.
    The document outlines the requirements for federal contractors regarding the provision and use of certain telecommunications and video surveillance services or equipment under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifically addresses prohibitions on procuring or using covered telecommunications equipment or services, defined as those critical to safeguarding national security. Contractors, termed "Offerors," must represent whether they will provide such equipment and disclose relevant information if applicable. The document details the responsibilities of Offerors to conduct a reasonable inquiry regarding their use of covered telecommunications services and outlines procedures for reviewing excluded parties. Additionally, it requires thorough reporting on the origin, description, and intended use of any covered equipment or services. This representation aims to ensure that federal contracts do not inadvertently support entities associated with security risks. Proper compliance is fundamental for eligibility in government contracting opportunities.
    This Commission Agreement outlines the terms between ENTITY NAME (Lessor) and Public Properties, LLC (Broker) regarding the lease of office space by the General Services Administration (Tenant) in Fort Worth, TX. The agreement specifies that the Broker’s commission for the lease will be set at 4% of the Aggregate Lease Value, defined as the total rental payments for the initial non-cancelable lease term, including base rent and other related costs. The commission is to be paid in two installments: half upon lease execution and the remainder upon the Tenant's occupancy or the lease commencement date. The agreement emphasizes that the commission will not be applicable to rental abatements or additional services outside the lease terms. It includes indemnification clauses and confidentiality commitments between the parties and establishes that any legal disputes will involve the recovering of reasonable attorney fees for the prevailing party. Overall, the document serves as a binding agreement outlining the payment structure and responsibilities of the involved parties in a governmental leasing context.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space: Laredo, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Laredo, Texas, through its Public Buildings Service. The procurement aims to secure a suitable location for federal operations, emphasizing the need for compliance with specific leasing requirements under the NAICS code 531190, which pertains to lessors of other real estate property. This opportunity is critical for ensuring that government agencies have access to functional and efficient office environments to support their missions. Interested parties can reach out to Michael Noye at michael.noye@gsa.gov or 817-201-9326, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details.
    General Services Administration (GSA) seeks to lease the following space: San Antonio, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Antonio, Texas, through a presolicitation notice. The procurement aims to secure nonresidential building space, specifically for the Public Buildings Service, which plays a crucial role in providing federal agencies with the necessary facilities to operate effectively. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or 817-978-1504, or Sandy Martinez at sandy.martinez@gsa.gov or 817-978-7114 for further details regarding the leasing opportunity.
    General Services Administration (GSA) seeks to lease the following space: San Antonio, Texas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Antonio, Texas, through a presolicitation notice. The procurement aims to secure nonresidential building space, specifically for the Public Buildings Service, which plays a crucial role in providing federal agencies with the necessary facilities to operate effectively. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or 817-978-1504, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details regarding the leasing opportunity.
    General Services Administration Lease: General Warehousing and Storage Crowley, Louisiana
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a specific office and wareyard space in Crowley, Louisiana, with a total requirement of 9,999 square feet. The facility must provide secure office space, specialized storage for firearms, pyrotechnics, and I&E drugs, and accommodate the demonstration of loud bird-scaring equipment in a rural setting, while adhering to safety and sustainability standards. This procurement reflects the GSA's ongoing efforts to fulfill operational needs through strategic leasing options, with a firm lease term of 120 months and a full term of 240 months. Interested parties must submit expressions of interest by March 14, 2025, with a market survey scheduled for April 11, 2025, and estimated occupancy by June 11, 2027; for further inquiries, contact Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0311
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a 5,419 square feet office space in Jackson, Tennessee, as outlined in Solicitation No. 3TN0311. The leased space must be situated within a specified delineated area and constructed to meet modern standards, ensuring flexibility and minimal architectural obstructions to support office workflow. This procurement is critical for housing a federal law enforcement office, necessitating compliance with stringent safety and security guidelines, including the exclusion of locations near hazardous materials or foreign facilities. Interested parties must submit detailed proposals, including building specifications and site plans, by March 12, 2025, with potential occupancy targeted for February 1, 2026. For further inquiries, contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement requires 88 contiguous reserved parking spaces with 24/7 access, ensuring compliance with safety and energy efficiency standards, and mandates that proposals be submitted by March 14, 2025, at 4 PM EST. This opportunity is critical for supporting government operations, as it facilitates the parking needs of federal employees and visitors. Interested parties can contact Bettina Yeh at Bettina.Yeh@gsa.gov or 202-834-5910 for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4NC0321
    Buyer not available
    The General Services Administration (GSA) is seeking to lease an office space in Cary, North Carolina, under Solicitation No. 4NC0321. The requirement includes a total of 10,895 square feet in a modern building that is suitable for federal law enforcement operations, with secure parking for government vehicles and a design that promotes efficient office workflow and flexibility. This fully serviced lease must comply with fire safety and accessibility standards, and proposals should include detailed building information, including ownership, location, floor plans, and proximity to public transportation. Expressions of interest are due by March 21, 2025, with a market survey estimated for April 2025 and expected occupancy by December 2026. Interested parties can contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190 for further details.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement aims to secure 88 contiguous structured parking spaces that must meet specific requirements, including 24/7 access and minimum height clearance, with proposals due by March 14, 2025. This opportunity is significant for ensuring adequate parking facilities for government operations, and it encourages participation from HUBZone small businesses, subject to certain conditions. Interested parties should direct inquiries to Bettina Yeh at Bettina.Yeh@gsa.gov or Maria D. Medina at maricarmen.medina@gsa.gov for further details.
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.