General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
ID: 0CA3254Type: 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 to lease office space for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, California. The procurement requires between 16,219 and 19,279 ANSI/BOMA square feet of contiguous space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with modern building standards and seismic safety regulations. This opportunity is critical for ensuring functional and secure facilities for judicial operations, reflecting the government's commitment to maintaining effective court infrastructure. Proposals are due by February 16, 2024, and interested parties should contact Lease Contracting Officer William J. Fletcher at William.Fletcher@gsa.gov or (602) 282-1642 for further details.

    Point(s) of Contact
    William J Fletcher 'Fletch' - Lease Contracting Officer
    (602) 282-1642
    William.Fletcher@gsa.gov
    Ami Rouse, Broker Contractor - Carpenter/Robbins Commercial Real Estate, Inc.
    (925) 790-2142
    (925) 866-1306
    Amity.Rouse@gsa.gov
    Files
    Title
    Posted
    The document outlines the Delineated Area Map for Project #0CA3254 located in Santa Barbara, CA, as of September 11, 2024. The map delineates the project boundaries, specifying the northern limit at Cathedral Oaks Rd and Hollister Ave extending to Highway 192, the eastern boundary along Rincon Rd (Hwy 150) to the Pacific Ocean at Carpinteria Ave, the southern edge from the Pacific Ocean shoreline at Rincon Rd to Cathedral Oaks Rd, and the western sector following the Pacific Ocean shoreline up to Cathedral Oaks Rd at Hollister Ave. This delineation is essential for planning and executing the project, which may involve land use, environmental assessments, or development initiatives. The clarity and precision of the boundary description serve to support compliance with federal or state regulations, guiding stakeholders in project management and grant applications.
    The General Services Administration (GSA) has issued Request for Lease Proposals (RLP) No. 0CA3254 for a minimum of 15,348 to a maximum of 16,883 ANSI/BOMA square feet of office space in Santa Barbara, CA. Proposals are due by January 17, 2024, at 5:00 PM Pacific Time. The lease is proposed for a term of 20 years, with a firm 15-year period and a provision for government termination rights. Key requirements include fully separated visitor and staff areas, secured parking, modern building standards, and compliance with seismic safety and energy efficiency regulations. Offerors must submit proposals electronically via the Requirement Specific Acquisition Platform (RSAP) which will generate necessary documentation such as GSA Form 1217 and Form 1364. The proposal must also include pricing information on shell rent, tenant improvement costs, energy efficiency commitments, and compliance with various federal standards, including building safety and accessibility. The GSA will evaluate proposals based on compliance with these requirements and the overall value proposed. The GSA emphasizes sustainability, safety, and efficient design as priorities in its leasing process.
    The General Services Administration (GSA) is inviting lease proposals for a new facility in Santa Barbara, CA, requiring 15,348 to 16,883 ABOA square feet of space. Proposals must be submitted electronically by January 17, 2024, at 5:00 PM Pacific Time, addressing specific lease terms, security requirements, and tenant improvements, including compliance with energy efficiency standards. Additional requirements include secured parking, a modern building structure, and detailed documentation supporting the offer, such as financing evidence and site compliance with zoning laws.
    The document outlines the terms of a lease agreement between the Lessor and the United States Government, represented by the General Services Administration (GSA). It specifies that the lease covers office and related space, including rights to parking and appurtenant areas, for a duration of 20 years (15 years firm). Key sections detail the premises, rent calculations, termination and renewal rights, and responsibilities regarding tenant improvements and maintenance. The Government will pay annual rent, which includes shell rent, operating costs, tenant improvements, and parking fees, with adjustments based on various factors such as occupancy levels and taxes. The lease includes provisions for alterations and details about operating costs adjustments tied to the Cost-of-Living Index. Crucially, the document establishes the framework for payments, adjustments, and obligations of both parties, ensuring compliance with federal regulations. It emphasizes the importance of accurate record-keeping for tax adjustments and the Government's rights to contest tax assessments. This lease agreement demonstrates the structured approach the government takes to manage real estate transactions, ensuring legal and procedural integrity throughout the lease term.
    The document outlines the terms and conditions for a lease agreement between the Lessor and the U.S. Government under Lease No. GS-09P-LCA03191. It includes details on the leasing of premises, the lease term, rental rates, tenant improvement responsibilities, and various operational and compliance standards that the Lessor must adhere to, such as maintenance of the space, sustainability requirements, and safety regulations. Additionally, it specifies the obligations regarding design and construction, utility provision, security requirements, and management of indoor air quality.
    The CRB Planning Worksheet outlines the spatial requirements for the United States Courts in Santa Barbara, CA, focusing on various court components and their associated spaces. It lists the total usable square feet required for different judicial offices, including Bankruptcy Judges' suites, courtrooms, support space, and clerk facilities, totaling 15,348 square feet. The document specifies individual space needs, such as chambers for judges, courtroom facilities, and essential administrative spaces, and includes circulation multipliers to account for space allocation for movement and access. The worksheet also highlights the planned configurations and space divisions within the court setting, essential for the efficient functioning of judicial activities. The status is marked as open, indicating ongoing planning or development stages. This document serves as a critical reference for federal RFPs and grants, ensuring proper funding and resource allocation for court infrastructure, thus reflecting the government's commitment to maintaining functional and adequate judiciary support facilities.
    The CRB Planning Worksheet for Santa Barbara, CA outlines various court-related space requirements, primarily focused on the Bankruptcy division, with a total of 7,037 usable square feet allocated to the Bankruptcy Clerk and Judge Chambers, alongside 1,123 square feet for shared support spaces. The document specifies no positions for District and Magistrate judges, while detailing a modified square footage explanation for changes in certain areas, like the addition of a medium-volume copier and the inclusion of chambers for visiting judges. The adjustments reflect the operational needs of the court and aim to optimize space utilization.
    The Agency Special Requirements Document for the Federal Bankruptcy Courthouse in Santa Barbara outlines the mandatory design standards for the courthouse's construction, emphasizing adherence to the 2021 U.S. Courts Design Guide, and notes specific room requirements, including circulation paths and acoustical performance. It details the necessary space configurations, finishes, technical systems, and security measures, highlighting the importance of flexibility in design to accommodate local needs, especially in historic structures. The document also specifies room-by-room requirements and aligns with various federal guidelines for construction and security.
    The Agency Special Requirements Document outlines critical specifications for the construction and design of the Federal Bankruptcy Courthouse in Santa Barbara, CA. It establishes that all construction must adhere to the 2021 U.S. Courts Design Guide, which dictates dimensions, finishes, acoustics, and other essential features. Variances are allowed for renovations in historic buildings, but stakeholders must address challenges early in the project. The document emphasizes the need for separate circulation paths for judges and the public, ensuring security and compliance with safety codes. Each room's space layout must be defined using net square footage, with particular attention to acoustical performance and HVAC requirements. The document also outlines requirements for millwork, electrical systems, telecommunications, and security measures, including provisions for server and telecommunication rooms, public address systems, and audiovisual equipment. It mandates secure parking for judges, thereby enhancing safety. The structure includes a detailed room-by-room summary for functionalities such as courtrooms, chambers, and support spaces, specifying finishes and special requirements tailored to the courthouse's operational needs. Overall, it serves as a comprehensive guide for architects and contractors to meet federal standards and procedural requirements effectively.
    The U.S. Courts Design Guide outlines criteria and guidelines for the design, construction, and renovation of federal courthouse facilities, emphasizing the importance of collaboration and flexibility to accommodate unique needs of individual jurisdictions. It appreciates contributions from various judiciary members, including judges and court staff, and is structured to assist architects, engineers, and administrators in effectively planning courthouse projects while maintaining security and accessibility standards. The guide specifies space and design requirements for different sections of the courthouse, including courtrooms, judges' chambers, jury facilities, and libraries, as well as acknowledging the complexities involved in navigating existing structures for renovation projects.
    The U.S. Courts Design Guide, revised in March 2021 by the Judicial Conference of the United States (JCUS), provides essential standards for designing, constructing, and renovating federal court facilities. Targeted towards judges, architects, engineers, and court administrators, this guide aims to ensure functional, cost-effective, and aesthetically appropriate spaces for the federal judiciary. It emphasizes collaboration among stakeholders to meet specific spatial needs while adhering to industry standards and best practices. The Guide comprises 18 chapters and an appendix, detailing programming, budgetary considerations, and design requirements for various court spaces, including courtrooms, judges’ chambers, libraries, and clerks’ offices. Key features include room data sheets for specific space needs and adjacency diagrams indicating ideal layouts. The document outlines the judicial branch's authority structure, including the roles of circuit judicial councils and the AOUSC in overseeing courthouse projects. It encourages the use of durable materials, cost-effective construction methods, and compliance with established security requirements. Moreover, it recognizes that exceptions to the guidelines may arise and establishes processes for approval. As a critical resource within the context of federal RFPs and grants, the Design Guide ensures that courthouse projects align with the judiciary's mission and operational needs while promoting efficiency and public safety.
    The document outlines the security requirements for leased government facilities classified as Facility Security Level III. It details extensive measures intended to safeguard critical areas and systems, ensuring protection against potential threats as defined in a Design-Basis Threat (DBT) assessment. Key sections include specifications for facility entrances, lobby management, access control, emergency protocols, and visitor ID requirements. The Lessor is responsible for implementing various security systems such as intrusion detection, video surveillance, and duress alarms, which must be maintained and tested regularly. Additional provisions cover landscaping for crime prevention, vehicle barriers, and secure operational access. There are also specific requirements for cybersecurity measures to prevent unauthorized access and protect sensitive data. Overall, the document serves as a guideline for Lessors to enhance security while complying with federal standards, reflecting the government’s commitment to safeguarding its functions and occupants.
    The document outlines the comprehensive security requirements for a Level III facility, focusing on unique security measures tailored to the specific characteristics of each building and the resultant costs to be negotiated with the lessor. It emphasizes the need for critical area protections, effective visitor management systems, and thorough risk assessments to implement appropriate countermeasures, along with stipulations for security system maintenance and cybersecurity protocols. Additionally, the text details the responsibilities of the lessor regarding facility access, visitor identification, surveillance systems, and emergency response measures to ensure the safety and security of government operations.
    The document outlines solicitation provisions for acquiring leasehold interests in real property, detailing the procedures for submitting proposals, proposal modifications, and revisions. It specifies the requirements for the legitimacy and compliance evaluations of proposals, particularly for contracts exceeding $10 million, and highlights the importance of registration in the System for Award Management (SAM). Additionally, it includes guidelines on restrictions concerning data disclosure, procedures for protests, and compliance with the Federal Acquisition Supply Chain Security Act.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). It includes essential instructions for offerors, including definitions for terms such as “discussions,” “proposal modification,” and “proposal revision.” Key topics covered include submission guidelines for proposals, the handling of late proposals, and requirements for proposal modifications or revisions. Offerors are informed about the necessary compliance evaluations for contracts valued at $10 million and above, as well as restrictions on data disclosure. The document also establishes criteria for lease award decisions based on best value evaluations and empowers the Government to reject proposals if in its interest. It specifies the importance of being registered in the System for Award Management (SAM) and outlines the implications of compliance with the Federal Acquisition Supply Chain Security Act. Crucially, the GSA emphasizes capturing all relevant information for proper evaluation and compliance, ensuring that the solicitation process adheres to federal regulations. The provisions dictate that offers must be comprehensive and clear to avoid misinterpretations and facilitate effective procurement processes.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, detailing provisions applicable to government leases. It includes key regulations regarding definitions, subletting, maintenance, payment processes, and compliance with applicable laws. Each section provides clauses that govern the relationship between the lessor and the government, including provisions for default, inspections, alterations, and rights to occupancy. Moreover, it emphasizes responsibilities such as maintenance of the property by the lessor, the need for proper documentation of compliance, and the government's right to inspect. Additionally, it incorporates clauses related to payment systems, equal opportunity standards, cybersecurity requirements, and anti-kickback procedures. The overarching purpose is to establish clear legal and operational guidelines for parties engaged in leases with the government, ensuring that both parties understand their rights and obligations throughout the contract period. This aligns with federal procurement standards, aiming for transparency, accountability, and adherence to regulatory frameworks in public property leasing transactions.
    The document lists General Clauses pertaining to the acquisition of leasehold interests in real property, outlining important clauses from the General Services Acquisition Regulation (GSAR) and Federal Acquisition Regulation (FAR). Each clause addresses different aspects of lease agreements, including definitions, obligations of lessors, inspection rights, payment procedures, compliance with laws, and specifics about contractor conduct. Additionally, it details requirements for information collection approved by the OMB under the Paperwork Reduction Act.
    The document informs users that if a message displays indicating delay, the PDF viewer may not support the format of the document. It suggests upgrading to the latest version of Adobe Reader for optimal viewing and provides links for additional assistance. Furthermore, it includes trademark information for Windows, Mac, and Linux.
    The document appears to be a placeholder for a government file related to Requests for Proposals (RFPs), federal grants, and state and local RFPs, but lacks the actual content necessary for a detailed analysis. Its purpose likely includes providing guidance or information on available federal funding opportunities and RFP solicitations, aimed at assisting organizations seeking grants or contracts. The document emphasizes the importance of having appropriate software, specifically Adobe Reader, for viewing the content, indicating that it may contain detailed descriptions of grants or projects requiring technical compliance. The lack of substantive information prevents a thorough breakdown of key ideas or supporting details, but it highlights the process involved in accessing government funding opportunities. Overall, the main focus seems to be improving accessibility to government resources tailored for applicants in need of funding or collaboration through RFPs and grants.
    The document is a Lessor's Annual Cost Statement, which requires lessors to report their estimated annual costs for services, utilities, and ownership related to leased properties. It includes detailed sections for various cost categories, such as cleaning, heating, and maintenance, along with instructions on measuring rentable space and completing the certification. The document also emphasizes compliance with the Paperwork Reduction Act and provides information regarding the estimation of time required to fill out the statement.
    The document is the Lessor's Annual Cost Statement, which outlines the estimated annual costs associated with services, utilities, and ownership for buildings leased by the government. It requires lessors to detail costs related to cleaning, heating, electrical, plumbing, air conditioning, elevators, security, and maintenance. The statement is divided into two main sections: Section I focuses on the estimated annual costs of services and utilities provided as part of rental consideration, while Section II addresses ownership costs exclusive of capital changes. Lessors must provide a breakdown of each service's cost and labor involved in operations. The document also includes fields for real estate taxes, insurance, and any lease commissions. It emphasizes the importance of providing accurate cost estimates to ensure that rental charges align with local market rates. The form concludes with a certification section where the lessor must confirm the accuracy of the reported information. Overall, the purpose of this document is to standardize the cost reporting process for leases with the federal government, ensuring transparency and facilitating budgetary evaluations in accordance with federal requirements.
    The document outlines the requirements for a Prelease Fire Protection and Life Safety Evaluation of an office building, divided into two parts based on the offered space's floor location. Part A is completed by the Offeror for spaces below the 6th floor, while Part B is to be completed by a licensed professional engineer for spaces on the 6th floor or higher, and includes detailed evaluations of fire safety systems and building compliance with applicable codes. Both parts require a statement attesting to the accuracy and completion of the provided information, along with recommendations for any identified deficiencies.
    The General Services Administration (GSA) requests a Fire Protection and Life Safety Evaluation for an office building, detailing specific requirements based on the floor location of the proposed space. The evaluation is divided into two parts: Part A for spaces below the sixth floor, completed by the Offeror, and Part B for spaces on or above the sixth floor, requiring a licensed professional engineer's assessment. Both parts mandate compliance with the latest building and fire codes, including the National Fire Protection Association (NFPA) standards. Part A collects basic information about the building, including floor details, existing fire protection systems, exit signage, emergency lighting, and elevator features. It involves checking the existence and condition of automatic fire sprinkler systems and alarm systems, and the Offeror must attest to the truthfulness of the information provided. Part B requires a comprehensive evaluation of the building, including potential fire hazards, occupancy classifications, means of egress, and compliance with local codes. It necessitates a detailed narrative, which must include findings of any deficiencies and recommendations for corrections, signed by the fire protection engineer. The rationale for these requirements emphasizes ensuring public safety in government-leased spaces through thorough assessments of fire protection and life safety measures.
    The document outlines the procedures and requirements for submitting seismic compliance forms (Forms A-F), which ensure buildings meet RP 8 seismic safety standards. It specifies pre-award and post-award forms for both existing and new buildings, detailing the obligations of the Offeror and their engineer, including the need for certification and supporting documentation. Additionally, it includes definitions relevant to the compliance process, such as the definitions of engineers and the standards utilized for evaluation and design.
    The document outlines pre-award and post-award seismic compliance forms required for federal government RFPs concerning leased buildings. It specifies that Offerors or their engineers must complete and sign various forms (A-D), affirming compliance with seismic standards set by RP 8. Form A certifies that a building qualifies as a Benchmark Building, while Form B evaluates existing buildings for Life Safety performance, aligning with RP 8 guidelines. Form C commits to retrofitting or constructing new buildings adhering to specified safety standards. Offerors may claim exemption from seismic standards using Form D, under certain conditions. Post-award forms E and F must be completed to certify compliance for retrofitted or newly constructed buildings. Definitions clarify the roles of professionally licensed engineers and pertinent seismic standards. The document emphasizes that proper documentation must accompany submissions, ensuring that safety standards are upheld, which is vital for federal projects aimed at ensuring structural safety in various seismic zones.
    The document outlines the wage determination for various construction projects in California under the Davis-Bacon Act, specifying minimum pay rates for different labor classifications as of 2023. It includes details on the required wages based on contract dates and additional wage adjustments for specific locations and conditions, alongside compliance requirements for contractor responsibilities. Furthermore, it emphasizes the annual updates to minimum wage rates and the procedures for addressing disputes related to wage determinations.
    The document concerns the RLP NO. 0CA3254 related to a Department of Labor (DOL) Wage Determination, indicating a federal requirement concerning compensation for workers involved in a government negotiation or contract. The repetition of the phrase "Lessor: ________ Government: ________" suggests the file’s template nature aimed at facilitating the process of defining roles and responsibilities between government agencies and lessors. The exhibit signifies the importance of adhering to established wage standards in federal contracts, which is critical to ensure fair compensation for labor, compliance with federal regulations, and alignment with local labor laws. Overall, this document serves as a formal reference for wage determination in contract agreements, underscoring the government's commitment to uphold labor standards within federal and state/local procurement processes.
    The document outlines the required representations for offerors, lessors, and novation transferees concerning foreign ownership and financing for high-security leased properties. It defines key terms such as "foreign entity," "foreign person," and "highest-level owner," and specifies the obligations to complete and update these representations upon proposal submission and annually thereafter. The offeror or lessor holds responsibility for the accuracy and completeness of the information provided regarding ownership and financing entities.
    The document outlines the "Foreign Ownership and Financing Representation for High-Security Leased Space," as per the General Services Administration (GSA) and seeks to ensure that offerors or lessors of property adhere to protocols regarding foreign ownership during government leasing. Key components include the definitions of financing, foreign entities, foreign persons, immediate owners, and highest-level owners. Offerors must complete and submit their representations at the proposal stage, with annual updates reflecting any changes in ownership or financing status. The document emphasizes the need for accurate and complete data to mitigate risks associated with foreign involvement in high-security leases. Overall, this procedure aims to safeguard national security interests by scrutinizing foreign financial connections and ownership within federal leasing contexts.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as part of federal procurement processes. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from acquiring equipment or services that utilize covered telecommunications elements considered a security risk. The Offeror must affirm whether they will provide such equipment or services and disclose any relevant information if they answer affirmatively. The document provides definitions of key terms and specifies conditions under which the prohibitions apply, including what information must be disclosed regarding the equipment or services offered. Offerors are instructed to verify their eligibility and compliance through the System for Award Management (SAM) database. Overall, the document ensures that federal contracts safeguard against potential security vulnerabilities related to telecommunications equipment and services.
    This document outlines the requirements for an Offeror regarding the representation of telecommunications and video surveillance services or equipment as stipulated by the John S. McCain National Defense Authorization Act. It details the conditions under which Offerors must disclose their use of covered technologies, and emphasizes specific prohibitions against procuring or contracting entities that utilize such equipment. Additionally, it mandates Offerors to check for excluded parties in the System for Award Management (SAM).
    The GSA has issued Amendment #1 to Request for Lease Proposal No. 0CA3254, adjusting the proposal submission deadline from January 17, 2024, to a date yet to be determined, while modifications to square footage and agency requirements are finalized. Offerors are required to acknowledge receipt of this amendment by signing and submitting it electronically along with their initial offers once the new deadline is established. Further inquiries can be directed to Ami Rouse, Broker Contractor for GSA.
    The General Services Administration (GSA) has issued an amendment regarding Request for Lease Proposal (RLP) No. 0CA3254 for the United States Bankruptcy Courts in Santa Barbara, CA, dated December 21, 2023. The amendment updates the submission deadline for lease proposals from January 17, 2024, to a date to be determined (TBD). This pause is due to necessary changes concerning the minimum and maximum square footage requirements and other agency-specific needs. A subsequent amendment will formalize the updated requirements and establish a new submission deadline once finalized. Offerors must acknowledge receipt of this amendment by signing and returning it through the Requirement Specific Acquisition Platform (RSAP). For inquiries, Ami Rouse can be contacted as the Broker Contractor for the GSA. This document emphasizes the ongoing negotiation and modification processes inherent in federal lease procurements and the importance of adherence to proposed timelines and requirements.
    Amendment No. 2 to Request for Lease Proposal No. 0CA3254, dated January 23, 2024, outlines the Government's need for a minimum of 17,526 to a maximum of 19,279 ABOA square feet of space, with submissions due by February 16, 2024. The Tenant Improvement (TI) Allowance is set at $83.36 per ABOA SF, with potential costs exceeding this allowance, and clarifications regarding the financing of tenant improvements are provided. The amendment includes a list of attached documents essential for compliance with the RLP and requires acknowledgment of receipt from the offerors.
    Amendment No. 2 to Request for Lease Proposal No. 0CA3254 addresses updates related to leasing requirements for the United States Bankruptcy Courts and United States Marshals in Santa Barbara, CA. The amendment specifies that the government seeks between 17,526 and 19,279 ANSI/BOMA square feet of contiguous space. It highlights the inclusion of various essential documents, with updated page counts and revisions to previously stated clauses and competitive submission deadlines. Key changes include a Tenant Improvement (TI) Allowance of $83.36 per ABOA square foot for the build-out of the space, with an anticipated shortfall of $373.00 per ABOA square foot exceeding the allowance. The amendment emphasizes that the Government will evaluate TI costs and does not commit to a specific level of TI work. It details the amortization of the Tenant Improvement Allowance in the rental agreement and provides a deadline for proposal submissions by February 16, 2024. Authorized by Lease Contracting Officer William Fletcher, this document serves to clarify and refine lease proposal expectations and requirements for prospective contractors, ensuring transparency and alignment with government standards.
    Amendment No. 3 to Request for Lease Proposal (RLP) No. 0CA3254 issued by the General Services Administration on February 7, 2025, updates requirements for leasing space for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, CA. The Government seeks 16,219 to 17,030 ANSI/BOMA Occupant Area square feet of contiguous space. Key amendments include adjustments to area of consideration, unique building requirements such as secure parking, public elevators, and separation of staff and visitor areas, as well as necessary swing space provisions during renovations. Additionally, this amendment clarifies the Tenant Improvement Allowance, outlines expectations for a test-fit layout at the Offeror's expense, and specifies the submission timeline for proposals. Detailed plans for swing space that will house both the Clerk, Support, Chamber, and USMS functions are outlined, ensuring minimal disruption to government operations during renovations. Overall, the document emphasizes the importance of adhering to comprehensive design standards, security measures, and operational efficiency, reflecting the federal government's commitment to ensuring functional courtroom facilities.
    The Request for Lease Proposals (RLP) No. 0CA3254 contains sensitive information not available on SAM.gov, requiring interested offerors to request access from the Lease Contracting Officer's designee. Upon verifying the business need, the designee will provide the information in a separate attachment.
    This document pertains to Request for Lease Proposals (RLP) No. 0CA3254, which includes sensitive information that is not made available on SAM.gov. Interested offerors must submit a request to the designated Lease Contracting Officer's representative to access this confidential data. This access is granted only after verifying the requester’s legitimate business need. The sensitive information will be provided as a separate attachment, distinct from the SAM.gov platform. This RLP outlines protocols for handling sensitive lease proposal requests, emphasizing the necessity of authenticated access to proprietary information, which is a common practice in government procurement processes to protect sensitive content from unauthorized access.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease office space in Los Angeles, CA and surrounding communities
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Los Angeles, CA, and surrounding communities. The procurement aims to identify suitable nonresidential buildings that meet the agency's operational needs, with specific geographical boundaries outlined in the Delineated Area Map. This initiative is crucial for supporting federal and local governmental activities related to urban planning and development initiatives within the defined area. Interested parties can contact Michael Elson, Broker Contractor at Carpenter/Robbins Commercial Real Estate, Inc., via email at Michael.D.Elson@gsa.gov or by phone at (913) 265-4309 for further details.
    Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #25-REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Los Angeles, California, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires a minimum of 1,700 to a maximum of 1,800 ABOA square feet of office space, which must include specific features such as private offices, a kitchenette, and a conference room, with a lease term of 8 years. This procurement is crucial for accommodating federal operations and ensuring compliance with various federal standards, including seismic and accessibility requirements. Interested offerors should contact Mike Phillips at mike.phillips@gsa.gov or call 213-479-7653 for further details, and must submit their offers through the Automated Advanced Acquisition Program (AAAP) during the designated open periods.
    General Services Administration Lease: Office Space Albuquerque, New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Albuquerque, New Mexico, specifically requiring a total of 7,020 ABOA square feet. The space must accommodate various functions, including office use, warehouse storage, and facilities for a helicopter and airplane base of operations, all within a secured airport perimeter. This procurement is critical as it will replace the current leased space that is set to expire, and the GSA is open to considering alternative locations if they are economically advantageous. Interested parties should submit their expressions of interest by November 14, 2024, to Mary Haralson at mary.haralson@gsa.gov or by phone at 817-978-0834, with an estimated occupancy date of February 28, 2026.
    The Federal Government is Seeking Information Regarding Office Space in San Juan, PR
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Juan, Puerto Rico, with specific requirements for a minimum of 3,918 square feet and a maximum of 4,115 square feet. The lease term is proposed for 120 months, including an initial firm term of 60 months and an option for an additional 120 months, with essential features such as an interview room, 24/7 server room access, a loading dock, and a freight elevator. This procurement is critical as the current lease is expiring, and the GSA is evaluating economically advantageous alternatives while ensuring compliance with government standards for safety and accessibility. Interested parties must submit expressions of interest by January 10, 2025, with market surveys planned for February 10, 2025, and estimated occupancy targeted for October 1, 2026. For further inquiries, contact Jarvis McGrath at jarvis.mcgrath@gsa.gov or call 929-504-3703.
    GSA is Seeking Office Space for Lease in Marquette, MI
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for office space lease in Marquette, Michigan, specifically for a Probation Office. The requirements include a leased space of 2,595 to 2,750 square feet in a modern building that meets specific design, security, and accessibility standards, as outlined in the U.S. Courts Design Guide and other related documents. This procurement is crucial for providing a secure and functional environment for conducting background investigations and supervising individuals under judicial conditions. Interested offerors must submit their proposals by February 26, 2025, and can contact Donald V. Padrnos at donald.padrnos@gsa.gov or 773.431.1908 for further information.
    The Government is seeking to lease office and related space in Cincinnati, OH for a minimum of 32,000 ANSI/BOMA Office Area (ABOA) to a maximum of 33,600 ABOA square feet.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Cincinnati, OH, with a requirement for a minimum of 32,000 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 33,600 ABOA square feet. The lease will be for a 20-year term, including a 15-year firm period, and must comply with various federal regulations, including accessibility and energy efficiency standards. This procurement is crucial for providing adequate office space for government operations, ensuring compliance with safety and security protocols. Interested lessors should submit proposals by February 26, 2025, and can contact Tiffany Kurniawan at TIFFANY.KURNIAWAN@GSA.GOV or Sean Mangialardo at Sean.Mangialardo@jll.com for further information.
    General Services Administration (GSA) Lease Opportunity in Greenbelt, MD
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Greenbelt, MD, specifically under RLP No. 1MD2275. The opportunity requires a minimum of 3,279 square feet and a maximum of 3,440 square feet of space, with a lease term of 10 years, emphasizing energy efficiency and compliance with the Energy Independence and Security Act. This procurement is vital for accommodating the Department of Justice's Executive Office for United States Trustees, ensuring that the selected property meets specific security, architectural, and operational standards. Interested offerors must submit their proposals electronically by February 21, 2025, and can contact Gregory Y. Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease space in Orlando, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, as part of its procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with a lease term of 15 years and options for two five-year renewals. This opportunity is crucial for accommodating government operations and ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by February 24, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease office space in Cle Elum, WA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cle Elum, Washington, with a focus on acquiring a modern office building that meets specific requirements. The desired space must range from 600 to 1,350 square feet, accommodate two parking spaces, and comply with various government standards, including fire safety, accessibility, and security requirements. This procurement is crucial for ensuring that federal operations in the area are conducted in a suitable and efficient environment. Interested parties must submit their expressions of interest by February 19, 2025, with the estimated occupancy date set for January 31, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or by phone at (925) 790-2124.
    General Services Administration (GSA) Seeks to Lease Space in Saipan, MP
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Saipan, Northern Mariana Islands, for a term of 15 years, with a firm commitment of 10 years. The required space must be a minimum of 3,977 square feet, located within a delineated area defined by specific geographic markers, and must include two reserved off-street parking spaces that meet accessibility standards. This procurement is essential for ensuring that federal services can be effectively delivered in the region, adhering to government requirements for safety, accessibility, and sustainability. Interested parties should submit their expressions of interest to Michael Cervantes at michael.cervantes@gsa.gov by February 23, 2025, with an estimated occupancy date of May 1, 2027.