General Services Administration (GSA) seeks to lease the following space:
ID: 2OK0188Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of approximately 17,652 ANSI/BOMA square feet of office space in Muskogee, Oklahoma. The lease term is set for 17 years, with a firm commitment of 15 years, and includes provisions for tenant improvements and security upgrades, as well as compliance with various federal regulations regarding safety and accessibility. This procurement is crucial for accommodating federal operations and ensuring that the leased space meets operational needs while adhering to sustainability and safety standards. Interested offerors must submit their proposals by April 10, 2025, and can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 2OK0188 for Muskogee, OK outlines the government's requirements and evaluation criteria for leasing approximately 17,652 ANSI/BOMA square feet of office space. The Lease term is set for 17 years, with a firm commitment of 15 years and provisions for early termination by the government. The location must be in a modern, high-quality building within a specified area, with features such as adequate parking and accessibility to amenities. Offerors must submit proposals by April 10, 2025, using the Requirement Specific Acquisition Platform (RSAP), ensuring their offers meet various security, environmental, energy efficiency, and historical preservation standards. The evaluation will consider layout efficiency, compliance with accessibility requirements, and adherence to safety regulations. The RLP includes provisions for tenant improvements and security upgrades, with detailed expectations for documentation of compliance with federal regulations. Each submission will be kept confidential until an award decision is made. The RLP exemplifies government procurement processes aiming to meet operational needs while ensuring regulatory compliance and supporting sustainability.
    The document outlines a lease agreement between a lessor and the United States Government, represented by the General Services Administration (GSA). The lease pertains to office and related spaces, featuring exact terms regarding the premises, lease duration, rental payments, and operational responsibilities. The primary term of the lease is 17 years, with a 15-year firm period, which includes specified termination rights for the government. Key details include provisions for rent structured on a monthly basis, adjustments for tenant improvements, parking arrangements, and adjustments for real estate taxes based on occupancy rates. The lessor is responsible for completing necessary alterations before acceptance by the government, while the government maintains rights to request further modifications during the term. Additional sections cover general lease terms, outlined rights for alterations, broker commission arrangements, and conditions for property title transfer. This comprehensive agreement serves as a formal documentation of obligations between the lessor and the government, ensuring operational efficiency within federal real estate usage guidelines.
    The Request for Lease Proposals (RLP) No. 2OK0188 outlines requirements for potential offerors interested in submitting proposals for leasing opportunities. This document contains sensitive information not available on SAM.gov, necessitating interested parties to formally request access to specific exhibits by emailing designated GSA representatives. Proposals submitted without the required RLP Exhibit B and Exhibit J may be deemed non-responsive, leading to their rejection. The process emphasizes authentication of the requester’s need for information to maintain confidentiality and integrity in the proposal review. Compliance with these stipulations is essential for consideration in this procurement process, underscoring the structured approach of federal RFPs in managing leasing opportunities and the importance of adhering to procedural guidelines.
    The document outlines Level II security requirements for federal leased facilities, detailing obligations for lessors regarding facility access, critical area security, visitor control, and security systems. Key components include securing entrances with key access control systems, accommodating public spaces with retail options, and implementing strict access control to critical areas such as mechanical and utility rooms. Additional measures dictate landscaping practices to minimize concealment opportunities, the installation of surveillance and intrusion detection systems, and the development of construction security plans. The responsibilities for maintaining security systems and conducting regular testing are clearly defined, emphasizing the need for timely repairs of critical components. Moreover, the document stresses the importance of cybersecurity, prohibiting connections of building systems to federal IT networks, and ensuring compliance with cybersecurity frameworks. This comprehensive security outline underlines the federal government's focus on protecting sensitive areas and ensuring the safety of occupants within leased facilities, while also adhering to regulatory standards. The context of this document relates to government agreements in the areas of property leasing and security measures in response to identified threats, thereby contributing to the overall safety and operational efficiency of federal operations.
    The document outlines procedures and requirements related to the acquisition of leasehold interests in real property by the federal government, specifically focusing on offeror instructions. Key definitions include distinct terms for "discussions," "proposal modifications," and "proposal revisions." Amendments and submission procedures are detailed, emphasizing the need for proposals to be submitted in prescribed formats and received on time, with considerations for late submissions under specified conditions. It also addresses proposal compliance, allowing for deviations from stated requirements if beneficial to the government. The evaluation process for lease awards prioritizes the best value based on the proposals without accepting unbalanced pricing. Furthermore, the document includes mandated compliance evaluations for contracts exceeding $10 million, the requirements for entity registration in the System for Award Management (SAM), and stipulations regarding the Federal Acquisition Supply Chain Security Act (FASCSA) orders. Overall, the document serves as a comprehensive guide for offerors participating in federal leasing solicitations, ensuring adherence to regulations and promoting equitable competition.
    The document outlines general clauses applicable to the acquisition of leasehold interests in real property by the government, adhering to the Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR). Key sections include definitions, subletting and assignment policies, obligations of the lessor, rights of the government in case of default, maintenance, compliance with applicable laws, and payment processes. The document emphasizes the government's right to inspect properties and the requirements for maintaining safety and compliance with health regulations. It details provisions related to contractor behavior, including ethics, pricing data, and adherence to regulations protecting small businesses and veterans. Furthermore, the contract includes cybersecurity measures and clauses prohibiting certain practices and products, ensuring national security within the procurement process. Overall, this framework governs government procurement of real estate and guarantees the protection of public interests and compliance with federal standards, reflecting a commitment to operational integrity and efficiency.
    The document discusses the inability to display content from a PDF file, possibly due to outdated software. Users are advised to upgrade to the latest version of Adobe Reader for compatibility. Specific links for download and assistance are provided along with a note about the trademarks of associated operating systems. Since the document does not contain detailed information or any specific RFPs, grants, or project details, its purpose appears to be to inform users about software issues rather than presenting substantive governmental information. The context focuses on user accessibility to government-related documents, highlighting the importance of having updated software to engage effectively with federal and state/local RFPs and grants.
    The Lessor's Annual Cost Statement is a document utilized by the General Services Administration (GSA) to estimate annual costs associated with services, utilities, and ownership linked to federal government leases. It includes a detailed breakdown of costs for various services such as cleaning, heating, electrical, plumbing, air conditioning, elevators, and additional building maintenance. The statement requires lessors to provide estimates for the entire building and specifically for areas leased by the government. Key components include real estate taxes, insurance, lease commissions, and management costs, which inform the government’s assessment of fair market value. The structured format guides lessors in accurately reporting costs, ultimately facilitating accurate rental evaluations and lease negotiations. This document is part of larger efforts in governmental procurement processes, ensuring transparency and consistency in how federal properties are leased and managed. Overall, the Cost Statement supports efficient budgeting and resource management within federal leasing operations.
    The document outlines the procedures and requirements for conducting a Fire Protection and Life Safety Evaluation for office buildings, as mandated by the General Services Administration (GSA). It is divided into two parts: Part A, applicable for spaces below the 6th floor, must be completed by the Offeror or their representative, while Part B is for spaces on the 6th floor or higher and requires a licensed professional engineer's evaluation. The evaluations are focused on compliance with national and local fire safety codes, the building's existing fire protection systems, means of egress, and emergency response features. Key sections cover automatic fire sprinkler and alarm systems, exit sign and emergency lighting installations, elevator safety, and building occupancy classifications. The document stresses the importance of a detailed narrative report for Part B, highlighting deficiencies and recommending corrective actions as necessitated by fire codes. Overall, it serves as a crucial compliance tool ensuring that offered spaces meet safety standards prior to tenancy by federal agencies, reflecting careful planning and risk management in government operations.
    The document provides guidelines regarding the representation required from offerors concerning the procurement of certain telecommunications and video surveillance services or equipment as part of federal contracts. It builds on the prohibitions established by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which restricts executive agencies from procuring services or equipment that involves "covered telecommunications equipment or services." The offeror must declare whether they provide or use such covered services or equipment and must undertake reasonable inquiries to ensure compliance. Detailed disclosures are required if the offeror answers affirmatively, including information about the manufacturers, descriptions of the equipment or services, and the intended use's permissibility under current laws. The procedure emphasizes the importance of consulting the System for Award Management (SAM) for excluded parties related to these items. This representation process ensures that government contracts do not involve technologies that might compromise national security or violate regulatory frameworks concerning telecommunications.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease office space in Lakewood, CO
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Lakewood, Colorado, with specific requirements for the location and characteristics of the space. The GSA requires a contiguous office space ranging from 12,350 to 13,585 square feet, with strict guidelines regarding accessibility, proximity to public transportation, and the surrounding environment to ensure a suitable working atmosphere. This procurement is essential for accommodating federal operations, and interested parties must submit their expressions of interest by March 18, 2025, with an estimated occupancy date in June 2026. For further inquiries, contact Tim Pavek at Carpenter/Robbins Commercial Real Estate, Inc. via email at timothy.pavek@gsa.gov or by phone at 925-790-2134.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space for the U.S. Citizenship and Immigration Services (USCIS) in Omaha, Nebraska. The procurement requires approximately 17,411 to 18,280 ANSI/BOMA square feet of contiguous space in a quality building that meets specific security, accessibility, and environmental standards, with a lease term of 15 years. This opportunity is crucial for providing a professional and efficient environment for USCIS operations, reflecting the government's commitment to modernizing its facilities. Interested offerors must submit their proposals through the RSAP platform by February 21, 2025, and can contact Frank Whiting at Frank.Whiting@gsa.gov or (816) 446-4909 for further information.
    Succeeding Lease Presolicitation Notice for 1508 sq/ft Athens, OH
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space measuring between 1,508 and 1,666 square feet in Athens, Ohio, due to the expiration of the current lease. The requirements include 24/7 access, two surface parking spaces, and compliance with safety, accessibility, sustainability, and floodplain regulations, while ensuring the site is not near hazardous materials or sensitive locations. This procurement is crucial for maintaining secure and operational government functions, with a projected occupancy date of June 1, 2026. Interested parties must submit ownership documentation and property details by March 20, 2025, referencing Project Number 3OH0375, and can contact Dylan Matthews at dylan.matthews@gsa.gov or 248-201-3385 for further information.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within a delineated area defined by Chicago Street to the north, 11th Street to the east, Howard Street to the south, and N 20th Street to the west. The requirements include a minimum of 9,500 square feet and a maximum of 14,765 square feet of office space, with specific parking provisions and compliance with government standards for fire safety, accessibility, and sustainability. This procurement is crucial for accommodating federal operations in the region, with expressions of interest due by March 18, 2025, and an estimated occupancy date of July 1, 2026. Interested parties should direct their inquiries to Nicholas Zabelin at Carpenter/Robbins Commercial Real Estate, Inc., via email at nicholas.zabelin@gsa.gov or by phone at 925-790-2124.
    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.
    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.
    General Services Administration Lease: Office Space Sherwood, Arkansas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Sherwood, Arkansas, with a requirement for a fully serviced lease that includes utilities, janitorial services, and tenant improvements. The space must be a minimum of 9,773 rentable square feet, located in a professional office setting, and compliant with safety and environmental standards, accommodating a public-facing agency. Interested parties must submit their proposals by March 14, 2025, and are encouraged to familiarize themselves with the requirements outlined in the Request for Lease Proposals (RLP) No. 2AR0327. For further inquiries, contact Lease Contracting Officer 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.
    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 (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Owensboro, Kentucky, through a presolicitation notice. The procurement aims to secure nonresidential building leases, specifically under the NAICS code 531120, which pertains to lessors of nonresidential buildings, excluding miniwarehouses. This opportunity is significant as it supports the GSA's mission to provide efficient and effective government services by ensuring adequate office space for federal operations. Interested parties can reach out to Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or by phone at 202-652-4199, or contact Lindsey Stegall at lindsey.stegall@gsa.gov or 202-652-4191 for further details.