General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0329
ID: 3TN0329Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of 14,588 ANSI/BOMA square feet of office and related space in Memphis, Tennessee, under Solicitation No. 3TN0329. The lease will be for a term of 20 years, with a firm period of 15 years, and the selected property must meet specific requirements, including modern structural integrity, security measures, and compliance with environmental standards such as achieving ENERGY STAR® labeling. This procurement is crucial for providing secure and efficient office space for government operations, emphasizing the importance of safety, accessibility, and sustainability in federal leasing practices. Interested offerors must submit their proposals by November 21, 2024, and can contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov for further information.

    Files
    Title
    Posted
    This document outlines the lease agreement between the Government, represented by the General Services Administration (GSA), and the Lessor for leasing office space. The lease is established for a term of 20 years, with a 15-year firm period, subject to specific termination rights. The premises include detailed descriptions of the office space, parking rights, and the responsibilities of both parties regarding maintenance and utilities. Rent parameters are specified, including shell rents, operating costs, and provisions for tenant improvements, which are amortized over the lease term. The document also covers operational aspects such as alterations requested by the Government, provisions for tax adjustments, and conditions for occupancy and service adjustments. Importantly, compliance with environmental standards and provisions for real estate tax adjustments are included to outline both parties' rights and obligations. The agreement emphasizes that the Lessor will continue to provide all necessary conditions for the effective use of the rented space for governmental purposes.
    The document outlines the General Services Administration (GSA) provisions for the acquisition of leasehold interests in real property, detailing the instructions for offerors. It defines key terms such as "discussions," "proposal modifications," and "timing" for submissions. The submission process includes using government-specified forms, acknowledging amendments, and the protocols for late proposal considerations. Offerors are instructed on their rights regarding proposal modifications and withdrawal, ensuring adherence to compliance and evaluation standards before lease award. The provision also covers data confidentiality, eligibility criteria for contractors, and compliance evaluations for contracts exceeding $10 million. Lastly, it emphasizes the necessity of registration in the System for Award Management (SAM) and outlines prohibitions relating to the use of covered articles associated with federal security orders. This guidance serves to streamline the procurement process while ensuring transparency, competition, and adherence to federal regulations in government contracting.
    The document outlines the General Clauses related to the Acquisition of Leasehold Interests in Real Property for government contracts, specifically under the General Services Administration (GSA) guidelines. It contains various clauses, references, and requirements aimed at ensuring compliance, maintenance, and management of leased properties. Key sections include definitions, subletting conditions, rights upon default, payment stipulations, equal opportunity standards, and provisions for adjustments due to delays or contract changes. Notably, the document emphasizes the government's rights to inspect properties, the Lessor’s responsibilities for maintaining safety and code compliance, and the procedures for handling damages caused by accidents. It also highlights payment processes, including those related to electronic transactions and proposal adjustments. The overarching purpose is to ensure federal compliance in leasing arrangements, protect government interests, and facilitate smooth operations while adhering to legal and ethical standards throughout lease agreements. This structure aligns with government Request for Proposals (RFPs) and grants, ensuring clarity and consistency in federal real estate transactions.
    The document outlines the security requirements for federally leased spaces classified as Facility Security Level III. It details the responsibilities of the lessor regarding security countermeasures, which should be priced as part of the Building Specific Amortized Capital (BSAC). The requirements evolve around ensuring the safe operation of critical systems, securing entrances and common areas, and maintaining the integrity of government-operated spaces. Specifications include measures for controlling access to public and non-public areas, guidelines for employee and visitor management, and physical security features such as intrusion detection and video surveillance systems. The lessor is required to support the installation and maintenance of these systems, ensure compliance with relevant regulations, and prepare for cybersecurity threats, all while preventing unauthorized access. The structure of the document categorizes the requirements into sections, covering facility entrances, interior protocols, exterior security measures, and operational standards. The document emphasizes the importance of conducting thorough risk assessments and implementing protective measures tailored to the facility's unique context. Overall, it serves to enhance security and safety protocols for government functions within leased spaces, demonstrating the government’s commitment to secure environments for its operations.
    The document outlines the Lease Security Standards and unit price list for security measures required in federally leased spaces, focusing on a specific location in Memphis, TN (Lease Number GS-04-LTN02753). The primary purpose is to establish a comprehensive list of security countermeasures, detailing various areas such as facility entrances, common areas, interior government spaces, site exteriors, security systems, building structures, operations, administration, and cybersecurity. Key provisions include measures to control access, secure critical areas, provide surveillance, and ensure personnel safety. Items are categorized with associated costs where applicable, while some are noted as "Priced in Shell" or "Priced in Tenant Improvements," indicating costs are included within larger assessments rather than assessed separately. The document serves as an essential guide for leasing specialists to ensure compliance with security standards while emphasizing that unit prices should remain negotiable before project initiation. This reflects the government's emphasis on security improvements in public buildings to safeguard personnel, sensitive areas, and operations within government facilities.
    The document is centered around the process of federal and state/local Requests for Proposals (RFPs) and federal grant applications, emphasizing their importance in funding and project development across various government sectors. It outlines the typical structure and requirements of these proposals, highlighting the need for thorough documentation, compliance with federal regulations, and alignment with agency goals. Key points include the criteria for eligibility, guidelines for submission, and deadlines for proposals, which vary between federal and local levels. The document also describes the evaluation process for proposals, which typically considers technical merit, budget justification, and the proposer’s qualifications. Additionally, it stresses the importance of community impact and sustainability in project design and implementation. This overview serves to inform potential applicants about navigating the complexities of RFPs and grants, ensuring they understand the necessary steps to compete for government funding effectively. The document aims to facilitate transparency and accessibility in government contracting, ultimately supporting improved public services through successful project execution.
    The Lessor's Annual Cost Statement is a government document that outlines the expected annual costs associated with leasing a building to the federal government. It is structured into two main sections. Section I details the estimated costs for services and utilities provided by the lessor, such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance. It requires specific cost estimations for the entire building and for the area leased by the government. Section II covers estimated ownership costs, excluding capital charges, such as real estate taxes, insurance, and maintenance reserves. The primary purpose of this document is to ensure that lease proposals reflect fair market value and are consistent with prevailing rental rates within the community. The instruction section emphasizes the importance of accurately estimating and reporting costs to facilitate government assessments of rental proposals. It also outlines compliance with the Paperwork Reduction Act, highlighting the need for a valid OMB control number before submitting responses. The document aims to standardize cost reporting, thereby promoting transparency and efficiency in government leasing practices.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation for an office building by the General Services Administration (GSA). It is split into two parts: Part A, for spaces below the 6th floor, which must be completed by the Offeror, and Part B, for spaces on or above the 6th floor, requiring completion by a licensed fire protection engineer. Key evaluation areas include compliance with applicable building and fire codes, exit strategies, fire alarm and suppression systems, and maintenance practices. Part A involves answering a series of queries regarding the building’s structure, fire protection systems, exit signage, and emergency lighting, ultimately requiring the Offeror's signature for verification. Part B necessitates a detailed narrative report outlining existing fire safety conditions and deficiencies, referencing compliance with codes, and recommendations for corrective action. Overall, this evaluation is critical to ensure that governmental office spaces meet fire safety standards, protecting occupants and property. The process ensures compliance with codes and outlines responsibilities for both the Offeror and professional engineers in maintaining life safety standards in government buildings.
    The document outlines the representation requirements for federal contractors concerning certain telecommunications and video surveillance equipment or services. Specifically, it highlights the prohibitions set forth in Section 889 of the John S. McCain National Defense Authorization Act of 2019, which restrict federal agencies from procuring equipment or services that involve covered telecommunications. Contractors (referred to as "Offerors") must assess whether they provide or utilize covered equipment and, if so, provide detailed information regarding the manufacturer, description, and intended use of such equipment within their proposals. The document emphasizes the importance of consulting the System for Award Management (SAM) to verify entities excluded from receiving federal awards due to these restrictions. The intent is to ensure compliance and mitigate risks associated with national security by regulating the procurement of potentially unsafe telecommunications technologies. Overall, the representation is a crucial aspect of the bid process for federal contracts, ensuring transparency and adherence to legal mandates related to telecommunications procurement.
    The document outlines the "Foreign Ownership and Financing Representation for High-Security Leased Space," which is part of federal government requirements aimed at ensuring that entities involved in leasing high-security spaces do not have foreign ownership or financial backing that could compromise security. Offerors and lessors must complete and annually update a representation concerning ownership, control, and financing, particularly if there are foreign entities or persons involved. Definitions are provided for key terms, including "foreign entity," "foreign person," "immediate owner," and "highest-level owner." The structure includes sections for offerors to declare the nature of their ownership and financing relationships. Accuracy, completeness, and currency in disclosures are emphasized, with requirements for representation during proposal submissions and lease novation requests. This ensures that the government has clear visibility regarding any foreign influence in transactions related to high-security facilities, which is critical for national security interests.
    This government document outlines the procedures for seismic compliance related to the leasing and retrofitting of buildings under federal guidelines. It includes pre-award forms (A-D) that require completion by the Offeror or their licensed engineer to confirm compliance with RP 8 (Standards of Seismic Safety). Form A certifies benchmark buildings; Form B covers existing buildings needing evaluation; Form C details commitments for retrofits or new constructions; and Form D allows for exemptions in certain circumstances. Post-award forms (E-F) confirm compliance after renovations or noting new structures meet seismic standards. Additional definitions explain relevant standards and the role of licensed engineers in verifying compliance. The document emphasizes the importance of supporting documentation to ensure safety and adherence to seismic regulations before the government accepts any leased space, showcasing federal priorities for structural integrity and safety in government facilities.
    The General Services Administration (GSA) has issued Request for Lease Proposals (RLP) No. 03TN0329 for a property in Memphis, TN, due by November 21, 2024. The RLP outlines the requirements for proposing a lease for 14,588 ANSI/BOMA square feet of suitable space, specifying it must be in a modern, structurally sound building with specific parking and security amenities. The lease term is set for 20 years, with a firm period of 15 years, including various environmental, accessibility, and safety standards. Offerors must ensure compliance with the Energy Independence and Security Act by achieving ENERGY STAR® labeling or proposing cost-effective energy improvements. Detailed submissions are required through the Requirement Specific Acquisition Platform (RSAP) and must include pricing terms, evidence of ownership or control, financial commitments, and architectural plans. The proposal emphasizes the necessity of a secure facility for government use, prohibits close proximity to certain locations, and encompasses multiple security and site requirements to ensure operational integrity. This initiative demonstrates the government's structured approach to acquiring leased space through adherence to specific standards for quality, efficiency, and sustainability.
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0314
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 8,432 ANSI/BOMA Occupant Area square feet of office space in Chattanooga, Tennessee, under Solicitation No. 3TN0314. The space must be in a modern building that complies with specific safety, accessibility, and environmental standards, including seismic safety requirements and the absence of asbestos-containing materials. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations regarding safety and security. Proposals are due by November 8, 2024, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Nashville, Tennessee, under Solicitation Number RLP 4TN0320. The required space must be between 2,349 and 2,701 square feet, located on the second floor or higher, and must meet specific government standards for fire safety, accessibility, seismic compliance, and sustainability. This procurement is crucial for accommodating government operations in a modern facility that is accessible to public transportation and parking. Interested parties must submit their offers electronically by November 8, 2024, and can direct inquiries to Melissa Hein at melissa.hein@gsa.gov or Tyrekca Scott at tyrekca.scott@gsa.gov for further assistance.
    General Services Administration (GSA) seeks to lease space in Grenada, MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.
    Notice of Intent to Renew Government Lease in Johnson City, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to renew a government lease for office space in Johnson City, Tennessee. The procurement requires a fully serviced lease for a minimum of 10,400 square feet and a maximum of 10,500 square feet, with specific parking requirements and compliance with government standards for fire safety, accessibility, seismic, and sustainability. This opportunity is critical as the U.S. Government currently occupies space under an expiring lease and is evaluating alternative options based on cost-effectiveness and operational needs. Interested parties must submit their offers by November 15, 2024, to Jolita Carter at jolita.carter@gsa.gov.
    Request for Office Space 9MS2109 Oxford MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Oxford, Mississippi, under the presolicitation notice titled "Request for Office Space 9MS2109 Oxford MS." The GSA requires a minimum of 4,340 square feet and a maximum of 4,740 square feet of office space, with specific stipulations regarding location, security, and accessibility, including a requirement for secured parking for government vehicles and restrictions on nearby facilities. This procurement is essential for accommodating government personnel and ensuring compliance with safety and accessibility standards, with expressions of interest due by July 19, 2023, and an estimated occupancy date of August 31, 2025. Interested parties should contact James Cunningham at james.cunningham@gsa.gov or 404-368-0335 for further details.
    Government seeking Warehouse space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse space in Nashville, Tennessee, specifically within a delineated area that includes I-24, I-40, and Central Pike. The requirements include a minimum of 7,500 square feet of climate-controlled space with specific features such as motorized roll-up doors, a pedestrian door with access control, and the capability to power up to seven vehicles, all while adhering to government safety and accessibility standards. This procurement is crucial for supporting government operations, and offers are due by October 28, 2024, with an estimated occupancy date of September 16, 2025. Interested parties should submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Tyrekca Miller at tyrekca.miller@gsa.gov for further information.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #24-REG00 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Oxford, Mississippi, under Request for Lease Proposals (RLP) 24-REG00. The GSA requires a minimum of 3,205 to a maximum of 3,500 ABOA square feet of contiguous, above-ground office space for a lease term of 10 years, with a 5-year firm commitment. This procurement is critical for accommodating the Internal Revenue Service (IRS) and includes specific requirements such as assigned parking for government vehicles, the installation of a radio antenna, and compliance with various federal standards. Interested offerors should contact James Cunningham at james.cunningham@gsa.gov or Danilo J. Galan at danilo.galan@gsa.gov for further details, and must submit their offers through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    GSA is Seeking 5-10 Acres or land in Knox, Union, Campbell and Anderson Counties- Tennessee
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 5 to 10 acres of land in Knox, Union, Campbell, and Anderson Counties, Tennessee, specifically for a warehouse and wareyard to support its Direct Housing Mission. The site must be capable of internet connectivity and include features such as a fenced area, hard stand or paved parking, and an office building or warehouse on the premises. This opportunity is crucial for providing necessary staging areas for government operations, with expressions of interest due as soon as possible. Interested parties should contact Willie Acree at willie.acree@gsa.gov or call 404-702-5513 for further details.
    General Services Administration (GSA) seek to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Greenville, South Carolina, under Request for Lease Proposals (RLP) No. 3SC0184. The GSA aims to secure between 9,108 and 9,563 ANSI/BOMA square feet of contiguous space that meets specific quality, security, and accessibility standards, with a lease term of 10 years and potential for tenant improvements. This procurement is essential for accommodating federal operations and ensuring compliance with federal regulations, including environmental assessments and seismic safety standards. Proposals are due by November 6, 2024, and interested parties can contact Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.