General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0329
ID: 3TN0329Type: 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 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
    Lease of Office Space within Silver Spring, MD
    General Services Administration
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    IRS Memphis, TN Design/Build Replacement of Roofs, Electrical Breakers and Fire Alarm System Construction Project
    General Services Administration
    The General Services Administration (GSA) is seeking a qualified contractor for a Design-Build project to replace roofs, upgrade electrical breakers, and install a new fire alarm system at the Internal Revenue Service (IRS) Customer Service Center in Memphis, Tennessee. The project involves comprehensive repairs and replacements, including approximately 618,000 square feet of roofing with a 20-year warranty, refurbishment of 26 failed electrical circuit breakers with a 1-year warranty, and installation of a UL-certified fire alarm system, all adhering to current life safety codes. This procurement is critical for maintaining the operational integrity and safety of the IRS facilities, with an estimated contract value between $20 million and $25 million. Proposals are due by February 2, 2026, and interested parties can contact Joseph Ardoin at joseph.ardoin@gsa.gov or 404-772-8076 for further information.
    U.S. General Services Administration (GSA) seeking Office Space Fayetteville, Arkansas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease 4,388 ABOA square feet of office space in Fayetteville, Arkansas, as part of its Public Buildings Service initiative. The delineated area for the lease is bordered by Business 77 to the north, North Gregg Ave. to the east, W. Drake St. to the south, and Highway 112 to the west, with specific requirements including six structured parking spaces, secure parking, and a sallyport, while ensuring the location is not near a school or daycare. This procurement is essential for accommodating government operations, as the current lease is expiring, and the GSA will evaluate economic advantages related to relocation costs. Expressions of interest are due by December 26, 2025, with offers required by February 2, 2026, and the estimated occupancy date is June 1, 2027. Interested parties should contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or (817) 201-7519 for further details.
    General Services Administration Office Space Pine Bluff, Arkansas
    General Services Administration
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4AL0248
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 21,780 ABOA square feet of office space in Mobile, Alabama, for a federal law enforcement agency. The lease will have a full term of 15 years and a firm term of 10 years, requiring 57 on-site secured and reserved parking spaces. The selected space must be located within a delineated area bordered by Beauregard St, N. Water St, Canal St, and Broad St, and must meet specific construction and security standards, including Security Standard Level II and compliance with fire safety, accessibility, seismic, and sustainability requirements. Interested parties must submit expressions of interest by December 22, 2025, with an estimated occupancy date of September 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Panama City, Florida, with specific requirements for the location and building characteristics. The GSA requires a minimum of 4,176 square feet and a maximum of 4,350 square feet of contiguous office space, ideally situated on the second floor or higher, with five reserved parking spaces and compliance with various government standards for safety and sustainability. This procurement is crucial as the U.S. Government's current lease is expiring, and the GSA is exploring economically advantageous alternatives for its office needs. Interested parties must submit their expressions of interest by December 29, 2025, including detailed property information and contact details, to Bryant Porter at bryant.porter@gsa.gov.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    Redacted Jotfoc for project # 2KY0264
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under project 2KY0264, as outlined in the Justification notice. The procurement is managed by the Public Buildings Service, specifically the PBS R4 Office of Leasing, which aims to secure suitable office space to meet federal requirements. Leasing office space is critical for ensuring that government agencies have the necessary facilities to operate efficiently and effectively. Interested parties can reach out to Taneisha Williams at Taneisha.williams@gsa.gov or by phone at 470-419-1536, or Tamara Mason at tamara.mason@gsa.gov or 954-702-0601 for further details regarding this opportunity.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.