General Services Administration Seeks to lease the Following Space:
ID: 9FL2531Type: Solicitation
Overview

Buyer

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

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking to lease office space of 3,500 to 7,000 square feet for government use in Pembroke Pines, Florida. The procurement process aims to ensure a secure and physically modern workspace for federal employees, emphasizing compliance with security and fire safety regulations. Offerors are required to submit detailed proposals outlining the proposed office space and associated costs, with a focus on competitive pricing, while also providing representations regarding compliance with national defense authorization acts. The lease is proposed at 10 to 15 years, with key deadlines including a submission date of September 5, 2024, and potential lease execution and occupancy milestones. Contact Jason Lichty at jason.lichty@gsa.gov or via phone at 972-739-2213 for more information.

    Point(s) of Contact
    Jason Lichty
    (972) 739-2213
    (972) 739-2216
    jason.lichty@gsa.gov
    Files
    Title
    Posted
    The government seeks to lease office space and related areas in a building located at the specified address. The premises should offer a certain number of rentable square feet (RSF) and ANSI/BOMA Occupant Area (ABOA) square feet, spread across multiple floors, including exclusive use of XX parking spaces. The lease aims to secure rights to these premises for a firm term of 10 years, with potential extensions, outlining rental rates, termination rights, and renewal options. Key among the specifications are requirements for the lessor to provide a Tenant Improvement Allowance (TIA) of $55.57 per ABOA SF for the government's discretionary use in modifying the space. The lessee can opt to utilize all or part of the TIA and potentially negotiate lump-sum payments or rent adjustments accordingly. Additionally, the lessor will make available $12.00 per ABOA SF for security-related improvements, which the government can utilize at its discretion. The scope of work for the lessor includes delivering the premises substantially complete, with specific building improvements, and making available all necessary utilities and services during the lease term. This encompasses construction and alterations as detailed in the lease, including tenant improvements, and the lessor's responsibility for project management. Critical dates include the lease award date, substantial completion of the premises, and the lease term commencement date. The lessee has the right to terminate the lease after the firm term with a specified notice period. Evaluation of proposals will consider several factors, primarily the offered rent, including shell, operating costs, tenant improvements, and parking rent. Other factors include the lessor's compliance with labor standards, its ability to meet scheduled completion dates, and the quality of the proposed space and appurtenant areas.
    The South Florida Lot Inspection Office seeks a facility with specific layout and access requirements. The office space must provide NOAA inspectors and customers with unrestricted access around the clock. The facility should include grounds with secured parking, security cameras, and backup generators. The interior features a large open-plan inspector's room, small enclosed offices for supervisory staff, and a conference room with video conferencing capabilities. There are also specified areas for laboratory, sensory, break room, and locker room purposes. These spaces require specific electrical, IT, and ventilation provisions, with a focus on ease of cleaning and maintenance. Restrooms and a waiting area are also outlined, emphasizing accessibility and routine cleaning. The facility must have a minimum of approximately 4,600 square feet of space. Contractors will be responsible for delivering a fully outfitted and functional space that meets these detailed specifications.
    The government seeks a lessor to provide a secure facility adhering to Level II security requirements. The focus is on accessing control and identity verification for employees and visitors. The Lessor must install and maintain a comprehensive Video Surveillance System (VSS) and Intrusion Detection System (IDS) covering entrances, exits, and critical areas. Additionally, the Lessor is responsible for ensuring the facility's physical security, including window and air intake grille protection, and developing a cybersecurity plan to safeguard against threats. The facility must have controlled access to building information and a formal key control program. The Lessor should also cooperate with the Facility Security Committee and implement a construction security plan for added safety. This procurement aims to protect federal tenants and their operations by establishing a robust security framework for the facility. The RFP does not explicitly mention the contract type or value, but does indicate that some security elements will be priced as part of the Building Specific Amortized Capital (BSAC).
    The primary objective of this government RFP is the acquisition of leasehold interests in real property. The agency seeks responsible offerors to submit proposals for leasing suitable properties that meet specified requirements. These properties must be located outside floodplains, unless no practicable alternatives are available. The leasehold interests being procured will result in long-term leases for government use. Offerors are expected to submit detailed proposals outlining their offered properties, which should include site plans, boundary descriptions, and tax information. The government will evaluate proposals based on factors such as compliance with requirements, price, and technical merit. Critical dates include the solicitation's closing time, currently undefined, and the potential for offeror discussions and revisions. Prospective contractors must be registered in the System for Award Management (SAM) and include their unique entity identifier in the proposal. Contracts will only be awarded to registered entities, with a focus on those offering the best value. This procurement process allows for the submission of alternative proposals and encourages offerors to highlight the advantages of their departures from stated requirements.
    The government seeks to lease office or commercial space, outlining terms and conditions for the acquisition of leasehold interests in real property. The RFP primarily focuses on securing a suitable physical workspace. It emphasizes the lessor's obligations to deliver the space in accordance with specified standards and timely respond to any defaults. The government aims to enter into a long-term lease, with rent determined by the space's ANSI/BOMA Occupant Area square footage. Lessors are expected to maintain the property and comply with safety and accessibility requirements. The RFP also incorporates numerous clauses addressing topics such as inspections, lease modifications, timely payments, and compliance with federal and local laws. Critical to the procurement process, the government emphasizes that it may issue change orders, and lessees must respond to these changes within 30 days.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software such as Adobe Reader, presumably required to properly access and view the full document and its intended content. The focus seems to be on ensuring the viewer has the necessary software capabilities and providing an upgrade path, rather than explicitly detailing any procurement objectives. Based on this information, it's difficult to extract specific procurement details or objectives.
    The procurement objective of this government agency is to acquire leasing services for a new property. The focus is on determining the annual costs associated with various services and utilities that will be included as part of the rental consideration. The agency seeks detailed estimates for multiple aspects of building maintenance, including cleaning, utilities, and repair expenses. This information is crucial in evaluating the potential lease costs and ensuring compliance with community standards. The request for lease proposals (RLP) outlines specific instructions for prospective lessors to provide detailed cost estimates. Section I requires lessors to furnish details about services and utilities, such as cleaning, heating, electrical, and plumbing services, along with corresponding salaries and maintenance expenses. Section II focuses on ownership costs, excluding capital charges, such as real estate taxes, insurance, and building maintenance expenses. Prospective vendors should provide a breakdown of costs for the entire building and the government-leased area, ensuring a comprehensive understanding of the expenses associated with the proposed lease. The agency emphasizes the importance of aligning lease charges with prevailing market rates in the local community. Key dates associated with this procurement are not explicitly mentioned within the provided file, and contract details are limited. Evaluation criteria will likely prioritize competitive pricing and adherence to the specified cost estimation guidelines.
    The Request for Lease Proposals (RLP) seeks offers for a federal government lease. The primary objective is to secure a physically and aesthetically modern office space of 3,500 to 7,000 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet. The space must be located within a specified area in Florida. The lease term is proposed at 15 years, with a potential 10-year firm commitment and government termination rights. The government requires dedicated parking spaces and may need roof access for antenna installation. Offerors are expected to provide a fully serviced lease rate, covering rent, tenant improvements, and building-specific capital improvements. The RLP outlines technical specifications, including efficiency standards, security requirements, and accessibility mandates. Offerors must demonstrate compliance or outline plans to achieve compliance prior to occupancy. The government seeks cost-effective energy-efficient spaces, preferably with an ENERGY STAR label, and requires environmental due diligence, including a Phase I Environmental Site Assessment. The scope of work for the successful offeror will involve delivering the leased space, including required improvements, and adhering to the lease terms for services and utilities. The lease rate is to be based on a proposed pricing structure, with potential rent concessions and broker commissions factored in. The RLP evaluates proposals based on price and compliance with technical requirements. Offers are due by September 5, 2024. Critical evaluation factors include pricing, efficiency of layout, compliance with technical standards, and historical status, with potential preferences given to historic properties.
    The procurement objective of this RFP is to obtain comprehensive evaluations of fire protection and life safety systems in office buildings. The evaluations are divided into two parts: Part A and Part B. Part A, to be completed by offerors, focuses on general building information, fire sprinkler systems, fire alarm systems, exit signs, and emergency lighting. It requires yes/no/N/A responses to questions and a signature from the offeror. Part B, meant for completion by professional engineers, entails a detailed narrative report and assessment of the building's fire safety features, including sprinkler and alarm systems, means of egress, and emergency protocols. This evaluation process aims to ensure building compliance with fire safety regulations and identify any deficiencies. Offerors must attest that they will bear the expense of rectifying any non-compliant issues. The procurement seeks to guarantee the safety of government office spaces by meticulously assessing and addressing fire protection measures. Eligible offerors must submit their completed forms, with Part B attended to by a qualified engineer, along with the associated statements and digital pictures, if required.
    The state of Florida issues a wage determination for various construction trades. It establishes prevailing wage rates and worker classifications for building construction projects in Broward County. The decision supersedes a previous one dated FL20220197. The rates cover multiple trades, including asbestos workers, carpenters, electricians, elevator mechanics, and operators of backhoes, cranes, and forklifts. These rates, effective from various dates between 2014 and 2023, are listed along with corresponding fringe benefit rates. The wage determination aims to ensure fair and prevailing wage practices in the county and provides a process for appealing and reviewing decisions related to wage rates. It also outlines minimum wage requirements under Executive Orders 14026 and 13658, which apply to federal contracts subject to the Davis-Bacon Act. Additionally, it mentions paid sick leave requirements for federal contractors, effective from January 1, 2017 onward, as outlined in Executive Order 13706.
    The primary objective of this procurement is to obtain representations and disclosures from offerors regarding their compliance with Section 889 of the John S. McCain National Defense Authorization Act. This section pertains to the use of covered telecommunications equipment or services. Offerors must clearly represent whether they will provide such equipment or services and detail their proposed usage. Additionally, offerors must conduct reasonable inquiries and disclose if they use covered telecommunications equipment or services in their operations. The document outlines definitions, procedures, and prohibitions related to the procurement. It emphasizes compliance with national security measures, aiming to ensure that contractors do not use equipment or services that pose potential risks. Offerors are directed to review the excluded parties list in the System for Award Management (SAM) and provide necessary disclosures. This representation form is a crucial step in the procurement process, enabling assessing and mitigating potential risks associated with telecommunications and video surveillance services or equipment. It assists in ensuring compliance with national security requirements while allowing certain exceptions for interconnected services. Offerors are expected to submit completed representation forms, along with any required additional information, to the appropriate authorities. The deadline for submission is impliedly mentioned as a prerequisite for participation in the procurement process.
    The General Services Administration issues a request for lease proposals (RLP) for office space in Birmingham, Alabama, on behalf of the United States government. The goal is to secure a lease for office space, emphasizing that the lessor and broker will negotiate the commission percentage of the overall lease value. The commission, tied to the initial non-cancelable term, will be paid in two installments. The first half is due upon the lease's award, and the remaining balance is payable upon tenant occupancy or the lease's commencement date. Key dates include the submission deadline and potential lease execution, with the tenant's occupancy or lease commencement representing critical milestones. The procurement's main objective is to acquire suitable office space, and the evaluation of proposals will likely focus on the offered space's terms and conditions, including rent and potential rent increases, and the lessor's financial viability.
    Lifecycle
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 4,013 square feet of office space in Panama City, Florida, with offers due by September 27, 2024, at 4:00 PM Eastern. The leased space must comply with federal, state, and local requirements for safety, security, accessibility, and sustainability, and should not be located in a floodplain. This procurement is essential for providing modern office facilities to support government operations, ensuring compliance with various regulations, including the Energy Independence and Security Act. Interested offerors should contact Bryant Porter at bryant.porter@gsa.gov for further details and must submit their proposals through the Requirement Specific Acquisition Platform (RSAP) by the specified deadline.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 0FL2350
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 22,539 ANSI/BOMA square feet of office and related space in Tampa, Florida, under Solicitation No. 0FL2350. The lease will be for a 20-year term, including a 15-year firm period, and will require compliance with various safety, accessibility, and energy efficiency standards. This procurement is critical for providing federal office space that meets operational needs while adhering to federal regulations and safety protocols. Interested offerors must submit their proposals by September 20, 2024, and can contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov for further information.
    Lease Office Space in Gainesville, FL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Gainesville, Florida, specifically within a delineated area defined by Highway 441 to the north, State Road 121 to the east, Florida State Road 24 to the south, and Florida State Road 27 to the west. The requirement is for approximately 2,770 square feet of office space with specific conditions, including after-hours access to utilities and janitorial services, while ensuring the location is not in close proximity to congested areas or law enforcement agencies. Interested parties must submit expressions of interest, including building address and floor plans, by September 11, 2024, with an estimated occupancy date of February 1, 2025. For further inquiries, contact Gerson Vanegas at gerson.vanegas@gsa.gov or by phone at 954-205-8666.
    Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #24-REG04 - Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Miami, Florida, under Request for Lease Proposals (RLP) 24-REG04. The GSA requires a minimum of 2,348 and a maximum of 2,848 ABOA square feet of office space within a delineated area, with a lease term of 15 years and a firm commitment of 13 years. This procurement is crucial for accommodating federal operations and ensuring compliance with various federal standards, including fire safety and seismic regulations. Interested offerors should contact James Cunningham at james.cunningham@gsa.gov or Dan Galan at danilo.galan@gsa.gov for further details, and must submit their offers during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website.
    General Services Administration (GSA) seeks to lease the following space in Washington, DC:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, DC, specifically within the Central Employment Area. The requirements include a minimum of 57,730 square feet and a maximum of 60,617 square feet of contiguous, above-grade space, with specific conditions such as meeting ISC Level 3 security requirements and having finished ceiling heights of at least 8 feet 6 inches. This procurement is crucial as the U.S. Government is considering alternative spaces due to an expiring lease, and the decision will factor in costs associated with relocation and tenant improvements. Interested parties must submit their expressions of interest by September 10, 2024, to Bryant Porter at bryant.porter@gsa.gov, with initial offers due in November 2024 and estimated occupancy in March 2026.
    3FL0450 Renewal in Tampa, FL
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Tampa, Florida, as part of a renewal option for an expiring lease. The requirements include a minimum of 18,542 square feet and a maximum of 21,376 square feet of space, with specific provisions for 52 structured parking spaces and compliance with government standards for fire safety, accessibility, seismic, and sustainability. This opportunity is crucial for maintaining government operations in the area, and interested parties must submit their expressions of interest by September 16, 2024, with an estimated occupancy date of January 11, 2025. For further inquiries, contact Samantha Boesche at samantha.boesche@gsa.gov or Dan Galan at danilo.galan@gsa.gov.
    Government Seeks to Lease Space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Brockton, Massachusetts, with a presolicitation notice issued for this opportunity. The requirements specify a minimum of 5,800 square feet and a maximum of 6,000 square feet, along with parking for six vehicles, and the lease term is set for four years, with a firm commitment of two years. The offered space must be contiguous, excluded from strip malls or retail settings, and comply with essential government standards, including fire safety, accessibility, and sustainability, while also being located outside of a floodplain. Interested parties must submit expressions of interest by September 11, 2024, with anticipated occupancy by January 7, 2024; inquiries can be directed to Lease Contracting Officer Ryan Scago at ryan.scago@gsa.gov or by phone at 617-650-5693.
    General Services Administration Lease: Office Space New Orleans, LA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in New Orleans, Louisiana, specifically for general storage purposes. The required space must be a minimum and maximum of 970 square feet, located within a delineated area that includes specific boundary intersections, and must comply with government standards for fire safety, accessibility, and sustainability. This procurement is crucial as the U.S. Government is considering alternative space options due to the expiration of its current lease, with expressions of interest due by September 12, 2024, and estimated occupancy targeted for December 2026. Interested parties should contact Dan T. Tran at dan.tran@gsa.gov for further details and to submit their proposals.
    US Government seeks to lease office space in La Croix Depot, Maine
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office space in La Croix Depot, Maine, specifically requiring a fully serviced lease of 989 square feet. The lease term is set for 15 years, with a firm term of 10 years, and the space must comply with government standards for fire safety, accessibility, and sustainability, while being located outside the 1-percent-annual chance floodplain. This opportunity arises as the government evaluates alternative spaces due to the expiration of the current lease, considering cost-effectiveness and potential relocation expenses. Interested parties must submit expressions of interest by September 26, 2024, with an expected occupancy date of July 1, 2026; contact Eduardo DePina at eduardo.depina@gsa.gov or 617-921-1241 for further details.
    The Government is seeking to lease office and related space in Guaynabo, Puerto Rico for a minimum of 15,116 ANSI/BOMA Office Area (ABOA) to a maximum of 15,872 ABOA square feet.
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking expressions of interest for leasing office space in Guaynabo, Puerto Rico, with a requirement for 15,116 to 15,872 ANSI/BOMA Office Area (ABOA) square feet. The leased space must be contiguous, located in a prime commercial district, and include eight parking spaces, while also adhering to specific criteria such as fire safety, accessibility, and sustainability standards. This procurement is crucial for the GSA as the current lease expires on December 31, 2025, and the government aims to secure economically advantageous leasing arrangements for its operational needs. Interested parties must submit their bids by September 12, 2024, including detailed information about the available space, rental rates, and energy efficiency features, with a market survey anticipated in October 2024 and occupancy expected to begin in January 2026. For inquiries, contact Joan Santiago at Joanvelise.santiago-figueroa@gsa.gov or (787) 777-5800, or Ashyia Johnson at Ashyia.Johnson@gsa.gov or (312) 498-2162.