GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
ID: 3MT0251Type: 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 and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Lease Agreement between a Lessor and the United States Government, represented by the General Services Administration (GSA). The lease encompasses a premises designated for government use, with key terms including a rental structure, lease term of 10 years with a 5-year firm commitment, and provisions for potential terminations and renewals. The annual rent is detailed, including various components like shell rent and tenant improvements. Obligations for both parties, rights to use parking areas, and appurtenant rights are specified. In addition, the process regarding alterations requested by the government and conditions for acceptance of premises is elaborated. The lease stipulates requirements for maintenance, alterations, and compliance with safety and environmental regulations. Specific terms related to broker commissions and adjustments for real estate taxes are included, along with thresholds for Lessor responsibilities in event of ownership changes. Overall, the document serves as a formal agreement to outline the legal, financial, and operational obligations between the entities regarding the lease of government office space.
    The document outlines a Request for Lease Proposals (RLP) from the General Services Administration (GSA) for a lease in Scobey, Montana, with offers due by March 31, 2025. It details requirements for a lease term of 10 years, with specific space needs totaling between 20,613 to 21,888 square feet, consisting of warehouse and office space. The proposal necessitates compliance with several standards, including accessibility, environmental policies, and building security. Offerors must provide documentation including financial commitments, zoning compliance, and energy efficiency certifications, such as the ENERGY STAR® label. The evaluation will also consider factors like tenant improvements and security enhancements, which are integrated into rental pricing. A complete proposal must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), emphasizing the need for adherence to federal regulations and sustainability practices. Overall, this RLP presents an opportunity for property owners to engage in a long-term lease with the federal government while ensuring compliance with rigorous procedural standards.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property by the General Services Administration (GSA). It defines key terms such as "discussions," "proposal modifications," and provides instructions regarding submission, modification, and withdrawal of proposals. Notably, late proposals may be accepted under specific circumstances, and offerors must acknowledge any amendments. The document also emphasizes that proposals must comply with solicitation requirements and includes provisions for confidential handling of sensitive data. The award process aims to identify the best value proposal, allowing the Government to reject any proposal in its interest. Additional sections detail compliance evaluations for significant contracts, requirements for execution of leases by different entity types, and the necessity for contractors to be registered in the System for Award Management (SAM). Lastly, it addresses the Federal Acquisition Supply Chain Security Act, prohibiting the use of certain covered articles in contract performance. This comprehensive framework facilitates transparent and competitive government leasing processes while ensuring adherence to federal regulations.
    The document file is currently inaccessible and unable to display its contents, as it suggests upgrading the PDF viewer or seeking help from Adobe Reader resources. In the context of government RFPs, federal grants, and state/local RFPs, such files typically contain important information regarding procurement opportunities, funding availability, program requirements, and deadlines for potential contractors or grantees. Further analysis would generally involve outlining key initiatives, funding amounts, eligibility, application processes, and expected outcomes. However, due to the file's inaccessibility, a detailed summary related to specific topics or projects cannot be provided at this time, highlighting the importance of accessibility in government communications regarding public grants and procurement processes.
    The Lessor's Annual Cost Statement outlines the estimated annual costs of services, utilities, and ownership associated with leasing a building to the government. It includes detailed calculations for various necessary services such as cleaning, heating, electrical, plumbing, and maintenance costs, divided into categories for the entire building and specifically for the government-leased area. The statement requires identification of the property, the rental area, and costs associated with services and utilities, while also gathering information on management expenses, insurance, and taxes. The document is structured into two main sections: Section I focuses on the estimated annual cost of services and utilities, while Section II pertains to the estimated annual cost of ownership exclusive of capital charges. The Lessor is required to certify that the estimates provided are accurate, further supporting the government’s evaluation of fair market value for the leased space. The form adheres to the requirements set forth by the General Services Administration (GSA) and is part of the broader framework for government Request for Lease Proposals (RLP), ensuring consistency in rental charges with prevailing local rates.
    The document outlines a prelease fire protection and life safety evaluation process for offered office spaces by the General Services Administration (GSA). Divided into two parts, Part A and Part B, it specifies the requirements based on the floor location of the proposed space. Part A applies to spaces below the 6th floor, completed by the Offeror, and includes inquiries about the building's basic information, fire safety systems, and general compliance with fire codes. Part B, to be completed by a licensed professional engineer for spaces on the 6th floor or higher, requires a detailed assessment of the entire building's fire safety features, identifying potential hazards and deficiencies. Both sections emphasize compliance with local building and fire codes, assessing systems such as automatic fire sprinklers, fire alarms, and emergency exits. The evaluation aims to ensure all offered spaces are safe and meet essential regulatory standards before leasing. This process highlights the government's commitment to safety and adherence to legal requirements within federal property management practices.
    The document provides guidelines for completing various seismic compliance forms required for federal leasing proposals. It outlines pre-award submittals (Forms A-D) to be filled by Offerors or their engineers, confirming seismic compliance with the RP 8 standards. Form A certifies benchmark buildings, Form B evaluates existing buildings against life safety standards, and Form C details commitments for retrofitting or new construction. Form D addresses exemption claims from seismic standards based on building characteristics. Post-award submittals (Forms E-F) ensure compliance for retrofitted or newly constructed buildings. Definitions of key terms, including the role of a licensed engineer and relevant seismic evaluation standards, are provided. This document serves to ensure federal buildings meet safety performance levels and seismic resilience, critical for federal leasing requirements while enhancing public safety.
    The agency is preparing to issue a Scope of Work for an upcoming project through a forthcoming RLP Amendment. This document outlines the preliminary stages of the project, indicating that specifics will be provided later. The purpose of the Scope of Work is to define the project requirements, specifications, and deliverables needed to facilitate the procurement process. The emphasis on the release of the Scope of Work suggests a structured approach to project implementation within the framework of government RFPs, ensuring compliance with federal guidelines. This action reflects the agency’s commitment to transparency and clarity in its operational processes.
    This document outlines the security requirements for facilities classified as Level II by the federal government. It establishes guidelines for lessors regarding security infrastructure, access control, visitor screening, and the safeguarding of critical areas within the building. Key areas of focus include employee access control, identity verification protocols, and the maintenance of physical and cybersecurity measures. The facility must accommodate public access while ensuring restricted access to sensitive areas through physical controls like high-security locks and video surveillance systems (VSS). Additionally, landscaping must be managed to prevent concealment of threats, and emergency preparedness is emphasized through security committee cooperation and the development of construction security plans. The document also mandates the incorporation of intrusion detection systems (IDS) and duress alarms as part of the security architecture, ensuring that all systems are regularly maintained and tested. Furthermore, it provides strict guidelines for cybersecurity protocols to prevent unauthorized access and mitigate risks associated with building and access control systems. Overall, these requirements are designed to enhance the safety and security of government facilities against varying threats while ensuring compliance with federal standards.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property, detailing terms and conditions applicable to federal government leases. It includes clauses related to subletting, assignment of leasehold rights, specifications for property condition, inspection rights, maintenance obligations, payment terms, and compliance with relevant laws. Key clauses define the responsibilities of both the Lessor and the Government, including details about occupancy conditions, adjustments for changes in lease terms, auditing processes, and the implications of default by either party. The document emphasizes adherence to federal regulations, ethics, labor standards, and cybersecurity measures, ensuring that all leased properties meet applicable legal and safety requirements. By clarifying the mutual obligations and rights of both parties, it ensures a structured framework for leasing agreements in various government contexts, enhancing transparency and accountability in public procurement and real estate management.
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0311
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a 5,419 square feet office space in Jackson, Tennessee, as outlined in Solicitation No. 3TN0311. The leased space must be situated within a specified delineated area and constructed to meet modern standards, ensuring flexibility and minimal architectural obstructions to support office workflow. This procurement is critical for housing a federal law enforcement office, necessitating compliance with stringent safety and security guidelines, including the exclusion of locations near hazardous materials or foreign facilities. Interested parties must submit detailed proposals, including building specifications and site plans, by March 12, 2025, with potential occupancy targeted for February 1, 2026. For further inquiries, contact Ed Brennan at Edward.brennan@gsa.gov or 202-652-4194, or Sam Dyson at samuel.dyson@gsa.gov or 202-652-4190.
    Presolicitation Notice: Seeking Space in Cheyenne, WY
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cheyenne, Wyoming, as part of a presolicitation notice. The required space encompasses a total area of 6,588 square feet and must comply with specific security and safety standards, including the installation of a Sensitive Compartmented Information Facility (SCIF) and a location that is more than 400 feet from certain facilities. This procurement is crucial as it addresses the GSA's need for a new lease to replace an expiring one, while also considering economically beneficial alternatives. Interested parties must submit expressions of interest by March 18, 2025, and can contact Conrad Brooks at conrad.brooks@gsa.gov or Mike Wagner at michael.wagner@gsa.gov for further information.
    U.S Government Seeks to Lease Space in Las Vegas, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Las Vegas, Nevada, as part of its RLP Procurement initiative. The required space must be between 17,633 to 19,396 square feet, located on the first floor, and must adhere to specific site requirements, including being free from adjacency to industrial zones or railroad tracks, and not situated in flood-prone areas. This procurement is crucial for the GSA's operations, ensuring compliance with safety and accessibility standards while meeting the government's facility needs. Interested parties must submit expressions of interest by March 17, 2025, with a tentative occupancy date expected in July 2026. For inquiries, contact Amy Lance at amy.lance@cushwake.com or James Cassidy at james.p.cassidy@gsa.gov.
    Amended: 1NV2064 -General Services Administration (GSA) Request for Lease Proposal approximately 2,801 ABOA SF of office space in Carson City, NV
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 2,801 to 3,600 ABOA square feet of office space in Carson City, Nevada, under Request for Lease Proposals (RLP) No. 1NV2064. The leased space must meet specific requirements, including modern construction standards, security measures compliant with HSPD-12, and provisions for 24/7 HVAC for a LAN room, among other features. This procurement is crucial for accommodating federal operations while ensuring compliance with safety, accessibility, seismic, and sustainability standards. Interested offerors must submit their proposals electronically by November 6, 2023, with the goal of occupying the space by October 1, 2024. For further inquiries, potential bidders can contact Charles Chambers or Guadalupe Flores via their provided emails.
    Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG03 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in La Plata, Maryland, as outlined in Request for Lease Proposals (RLP) 25REG03. The procurement requires a space ranging from 4,690 to 4,925 square feet with a lease term of ten years, including an eight-year firm period, and specific features such as three reserved parking spaces and mail service on site. This initiative is crucial for accommodating government operations while ensuring compliance with federal, state, and local regulations regarding safety and sustainability. Interested vendors must submit their offers by February 7, 2025, at 7:30 PM EST, and can reach out to Jackson Sigler at jackson.sigler@gsa.gov or Jennifer M Kauffmann at jennifer.kauffmann@gsa.gov for further inquiries.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    General Services Administration Lease: General Warehousing and Storage Crowley, Louisiana
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a specific office and wareyard space in Crowley, Louisiana, with a total requirement of 9,999 square feet. The facility must provide secure office space, specialized storage for firearms, pyrotechnics, and I&E drugs, and accommodate the demonstration of loud bird-scaring equipment in a rural setting, while adhering to safety and sustainability standards. This procurement reflects the GSA's ongoing efforts to fulfill operational needs through strategic leasing options, with a firm lease term of 120 months and a full term of 240 months. Interested parties must submit expressions of interest by March 14, 2025, with a market survey scheduled for April 11, 2025, and estimated occupancy by June 11, 2027; for further inquiries, contact Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    General Services Administration 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.
    GSA seeks space in St. George, UT
    Buyer not available
    The General Services Administration (GSA) is seeking to procure office space in St. George, Utah, through a solicitation for leasing nonresidential buildings. The objective is to identify suitable properties that meet the agency's requirements for office use, which is critical for supporting federal operations in the region. This opportunity is part of the GSA's ongoing efforts to secure functional and accessible office environments for government personnel. Interested parties can reach out to Jordan Anner at jordan.anner@gsa.gov or call 303-513-8996 for further details regarding the solicitation process.
    GSA is Seeking Office Space for Lease in Marquette, MI
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space 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, accessibility, and security standards, as outlined in the U.S. Courts Design Guide and other related documents. This procurement is crucial for providing a functional environment for conducting background investigations and supervising individuals under judicial conditions. Interested offerors must submit their proposals by March 14, 2025, and can contact Donald V. Padrnos at donald.padrnos@gsa.gov or 773.431.1908 for further information.