General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area
ID: 3CA1541Type: Presolicitation
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 in the Sacramento Metro Area, California, for Project Number 3CA1541. The procurement involves a total of 44,438 to 48,883 ABOA square feet, divided into two blocks: Block A for the National Oceanic and Atmospheric Administration (NOAA) and Block B for the U.S. Bureau of Reclamation (USBR), with specific requirements for security, accessibility, and operational standards. This leased space will support critical federal operations, requiring compliance with various federal regulations, including fire safety, seismic standards, and sustainability measures. Interested parties must submit their expressions of interest by January 17, 2025, and can contact Tony Lucchesi at anthony.lucchesi@gsa.gov or 415-608-9881 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, for Project Number 3CA1541. The presolicitation notice outlines specific requirements for a total of 46,037 to 50,642 ABOA square feet of office space, divided into Block A (12,392–13,632 SF) and Block B (33,645–37,010 SF). The lease will be for a full term of 20 years, with a firm term of 15 years and an option for a 5-year firm extension. Key requirements include 136 reserved on-site parking spaces, the ability to accommodate ten EV charging stations, and specific floor-height and layout configurations. The site must support 24/7 operations, have two access points, and be free from significant noise or light interference. Detailed specifications are provided for detached spaces for both Block A and Block B, including dish and communication towers, storage areas, and specific ceiling heights and floor loads. The location must meet government standards for fire safety, accessibility, seismic, and sustainability, and not be within a 0.2 percent-annual chance floodplain or the Folsom Dam inundation zone. Expressions of Interest are due by May 1, 2024, with an estimated occupancy by February 2026.
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, detailed under Project Number 3CA1541. The solicitation outlines specific geographic boundaries, requiring a total space of approximately 46,037 to 50,642 square feet over two blocks. The lease will last for 20 years, with the first 15 years as a firm term and the option to extend an additional 5 years. Key requirements include on-site parking, adherence to security measures, a minimum of two access points, and no proximity to residential or high-traffic areas. Additional specifications include a freight elevator, column spacing, and provisions for emergency power generators. Blocks A and B have distinct space, height, and structural needs, such as communication towers and secured outside storage. The site must comply with environmental regulations and not be in flood threat zones. Interested entities must submit expressions of interest by May 1, 2024, with estimated occupancy desired by February 2026. The document aligns with government procurement processes, establishing clear criteria for potential lease proposals and ensuring compliance with necessary standards.
    The General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area, California, for Project Number 3CA1541. The presolicitation notice outlines specific delineated boundaries for the desired location, along with detailed requirements for the space. The GSA is looking for a total of 44,438 to 48,883 ABOA square feet, split into Block A (12,392-13,632 SF) and Block B (32,046-35,251 SF), with a 20-year full term and a 15-year firm term, plus an option for a 5-year firm term.Key requirements include 136 reserved on-site parking spaces, the ability for the Government to install 10 EV charging stations, and specific floor area distributions (e.g., a minimum of 16,442 SF on the first floor). The facility must have two access points on separate roads, support 24/7 operations with minimal noise, and accommodate delivery truck turnarounds and two on-site emergency power generators. Detailed detached space requirements are outlined for both Block A and Block B, including dish towers, communication towers, secured storage areas, and specific ceiling heights and floor loads. The offered space must meet government standards for fire safety, accessibility, seismic activity, sustainability, and National Environmental Policy Act (NEPA) standards. It must not be in a 0.2 percent-annual chance floodplain, and locations within the potential inundation zone of the Folsom Dam complex may be rejected. Expressions of Interest are due by July 25, 2024, with estimated occupancy by February 2026. Interested parties should contact Tony Lucchesi.
    The General Services Administration (GSA) is issuing a presolicitation notice for leasing office space in the Sacramento Metro Area, California (Project Number: 3CA1541). The delineated area for the lease includes specific geographic boundaries and outlines a need for a total of 44,438 to 48,883 square feet of space across two designated blocks, with distinct requirements for each. The lease term is for 20 years, including a 15-year firm term and a 5-year option. Key stipulations for the lease include a minimum of 16,442 square feet on the first floor, security and accessibility considerations, a freight elevator if applicable, and dedicated spaces for emergency power generators and various communication towers. Additional requirements mandate that the site not be adjacent to residential or high-traffic areas and support a 24/7 operation with minimal noise interference. Expressions of interest are due by July 25, 2024, with an estimated occupancy desire for February 2026, highlighting the GSA's strategic efforts to fulfill its operational needs while adhering to regulatory standards and ensuring environmental compliance.
    The General Services Administration (GSA) seeks to lease 44,438 to 48,883 ABOA square feet of office space in the Sacramento Metro Area, California, for a 20-year full term with a 15-year firm term. The solicitation outlines specific requirements for two blocks of space (Block A: 12,392-13,632 SF for NOAA; Block B: 32,046-35,251 SF for USBR), including a detailed delineated area, parking provisions, security standards, and specialized technical requirements such as satellite dish and communication tower line-of-sight tests. The property must support 24/7 operations, have multiple vehicular access points, and accommodate emergency power generators. Detached and attached space requirements for both blocks include specific ceiling heights, storage units, vehicle areas, and communication tower pads. The property must comply with fire safety, accessibility, seismic, and sustainability standards, excluding floodplains and dam inundation zones. Expressions of Interest are due by September 26, 2024, with estimated occupancy in October 2026.
    The General Services Administration (GSA) is seeking to lease approximately 44,438 to 48,883 square feet of office space in the Sacramento Metro Area of California. The project requires distinctive specifications, including minimum space allocations for two blocks designated for NOAA and USBR, with specific ceiling height requirements. The space must comply with local codes, have on-site parking for government vehicles, and include amenities such as a freight elevator if applicable. Additional requirements emphasize security, accessibility, and capacity for 24/7 operations, with restrictions on proximity to residential or high-traffic zones. The government also mandates that the property must support satellite and communication tower functionalities, ensuring unobstructed lines of sight vital for operational needs. Importantly, any offered space cannot be located within certain flood zones and must adhere to environmental standards. Expressions of interest are due by September 26, 2024, with occupancy projected for October 2026. This procurement underscores the GSA's commitment to acquiring adequate facilities that support government operations while adhering to rigorous safety and operational criteria.
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, for Project Number 3CA1541. The requirement is for a total of 44,438 to 48,883 ABOA square feet, divided into Block A (NOAA) and Block B (USBR). The lease term is 20 years, with a 15-year firm term and an option for one 5-year firm term. Specific requirements include dedicated on-site parking, a minimum of 16,442 SF on the first floor, and no more than two total floors for the space. The property must meet security, operational (24/7), and environmental standards, including specific line-of-sight requirements for satellite dishes and communication towers for NOAA, and the ability to accommodate emergency power generators. Detailed space and ceiling height requirements are outlined for both NOAA and USBR, including various attached and detached structures for storage, vehicles, and equipment. The property must not be within a mile of a railyard, located in a 0.2 percent-annual chance floodplain, or impacted by potential inundation from the Folsom Dam complex. Expressions of Interest are due by January 17, 2025, with an estimated occupancy of July 2027. All offered spaces must comply with fire safety, accessibility, seismic, and sustainability standards.
    The U.S. General Services Administration (GSA) is seeking to lease office space in the Sacramento, California metro area as outlined in presolicitation notice 3CA1541. The leased property must fulfill specific requirements, including a total space of approximately 44,438 to 48,883 ABOA square feet, with designated secured parking for government personnel. Essential stipulations include a minimum 20-year lease term and compliance with government security standards. The facility must contain designated areas for satellite dishes and communication towers, meeting stringent visibility requirements for operational efficacy. Moreover, the property must facilitate 24/7 operations without disturbing surrounding areas, incorporate appropriate vehicular access and space for various large vehicles, and adhere to fire safety, seismic, and environmental standards. Interested entities must submit expressions of interest by January 17, 2025, with anticipated occupancy in July 2027. This RFP underscores the government’s meticulous approach to contract specifications, ensuring operational and safety considerations are met efficiently.
    This document outlines a lease agreement between a Lessor and the United States Government, acting through the General Services Administration (GSA), for office and related space. The lease, identified as GS-09P-LCA03462, details terms for rent, appurtenant rights (including parking and antenna installation), and various adjustments for tenant improvements (TI) and building-specific amortized capital (BSAC). The agreement specifies a firm and non-firm lease term with termination and renewal rights for the Government. It incorporates several supporting documents and outlines a fee schedule for TI and BSAC. Key requirements for the leased space include specific square footage allocations for NOAA and USBR, ceiling height minimums, and various site requirements such as secured areas for satellite dishes, communication towers, and vehicle storage. The document also defines general contract and real property terms, outlines procedures for government-requested alterations, and addresses aspects like broker commissions, changes of ownership, real estate tax adjustments, operating costs, and construction standards. It emphasizes environmental compliance, accessibility, and various building system requirements to ensure a functional and compliant facility for government operations.
    The government lease agreement outlines the terms between the Lessor and the United States, represented by the General Services Administration (GSA), for leasing premises. It includes crucial elements such as the lease term, rental rates, obligations of the Lessor, and usage conditions of the premises, designated primarily for government operations. Key sections address the premises details, rent structure including annual and monthly payments, tenant improvements, and specific rights to appurtenant areas like parking and equipment installations. The provisions also detail termination and renewal rights for the Government, indicating that the lease can be ended or extended under certain conditions. Further, requirements for space utilization, safety, and operational standards are specified to ensure compliance with government policies. These stipulations reflect the federal commitment to maintaining functional and secure government spaces while achieving budgetary considerations. This leasing structure facilitates operational efficiency and resource management in federal agency activities.
    The National Weather Service (NWS) Sacramento Weather Forecasting Office (WFO) and River Forecast Center (RFC) are seeking a new co-located facility in Sacramento, California, requiring between 12,392 and 13,632 usable square feet. The facility must be on the first floor with specific ceiling heights, and include dedicated spaces for administration, operations, computer equipment, training, and support, as detailed in Appendix A room data sheets. Key requirements include a hardened safe room, resilient building materials, and a design strategy to address stringent electrical, HVAC, telecommunications, and fire protection needs. The site must be outside the 500-year floodplain, have two vehicular access points, and provide secured parking, outside storage, and ground space for a communications tower and satellite dish with clear lines of sight. Program requirements cover accessibility, acoustics, redundant HVAC for critical areas, a robust electrical system with UPS and generator backup, comprehensive lightning protection, and advanced data cabling. The facility must also meet fire protection, security (CCTV, access control, hardened safe room), and green building standards, including an Energy Star rating and the incorporation of a lactation room.
    The National Weather Service (NWS) is seeking to relocate its Weather Forecast Office (WFO) and River Forecast Center (RFC) in Sacramento, California, to a new, co-located facility with the Bureau of Reclamation (BOR). The new facility must fulfill various building and operational requirements, including a minimum of 12,392 to 13,632 usable square feet, designed to support 24/7 operations. Essential building features include a hardened safe room, specific HVAC and electrical systems, and security measures compliant with federal standards. The design emphasizes accessibility, safety, and acoustics, aligning with regulations such as the Architectural Barriers Act. Requirements also stipulate extensive technological infrastructure for communications, including fiber optic lines and various antennas. The project highlights sustainability goals, mandating compliance with EPA Energy Star standards and promoting green building concepts. The document outlines detailed specifications for office functions, parking allocations, site requirements, and design submissions, ensuring all services integrate seamlessly for efficient meteorological operations. This initiative underscores the NWS's emphasis on collaboration with BOR and adherence to federal guidelines in establishing a resilient and functional work environment.
    The U.S. Bureau of Reclamation's Central Valley Operations Office seeks to establish a new General Services Administration (GSA) lease building to collocate with the National Oceanic and Atmospheric Administration (NOAA). The document outlines comprehensive site and building requirements for the Federal Operations Center (FOC), emphasizing the need for compliance with local zoning laws, accessibility standards, and security specifications. Key requirements include a site at least one mile from railyards, a floodplain-free location, and various operational necessities such as parking for 90+ vehicles, a communications tower, and a generator. The facility must provide approximately 32,046 usable square feet and adhere to stringent accessibility, HVAC, electrical, fire protection, and security protocols, ensuring uninterrupted access and safety across 24/7 operations. Sustainability features like robust landscaping and efficient utility systems are also mandated. Overall, the document delineates critical operational, design, and compliance directives for the effective establishment of a functional and secure government facility.
    The document outlines specifications for various rooms and facilities required for a government project, focusing on design and functional requirements for critical infrastructure related to information technology, telecommunications, and operational spaces. Key highlights include the creation of rooms such as a data center, control center, and conference rooms, each emphasizing necessary features like acoustics, environmental control, and security measures. The specifications detail aspects such as ceiling heights, flooring materials, HVAC needs, and electrical requirements, including power redundancy and data cabling provisions. Many rooms require secure access controlled by card readers linked to the Central Verification Office's (CVO) security system. Special attention is given to areas with heavy loading capabilities for technical equipment, ensuring compliance with established safety standards. Overall, the document serves as a comprehensive checklist for contractors responding to the Request for Proposal (RFP), outlining the functionalities, security requirements, and design specifications essential for meeting government agency needs in mission-critical environments.
    The document outlines the design and specifications for various room types required for the Central Valley Control Center (CVO). It details the functional requirements, preferred dimensions, materials, access controls, and equipment needs for multiple operational spaces including a Data Center, Control Center, conference rooms, and storage areas. Emphasis is placed on security measures, such as card-reader access, heavy loading capabilities, and environmental controls necessary for maintenance of sensitive electronic equipment. The document also addresses noise reduction standards, with specified STC ratings for acoustic privacy, and the need for advanced technological infrastructure including power supplies, data outlets, and HVAC systems. The overall aim is to ensure the facility meets operational demands and safety standards while accommodating future growth. This comprehensive planning document serves as a critical reference for government agencies involved in RFPs and grants related to building construction and renovation.
    This government file outlines comprehensive security requirements for Facility Security Level III, applicable to federal, state, and local RFPs and grants. It details mandatory security measures for leased spaces, emphasizing that final countermeasure lists will be determined during the design phase based on a Design-Basis Threat (DBT) analysis. Key areas covered include facility entrances, common areas, and utility spaces, requiring controlled access, secure critical areas, and visitor escort protocols. The document also addresses interior government space security, site and exterior building security (including landscaping, HAZMAT storage, and vehicle barriers), and parking controls. A significant portion focuses on security systems like Video Surveillance (VSS), Intrusion Detection (IDS), and Duress Alarms, mandating Lessor design, installation, and maintenance with strict testing and repair timelines. Structural security measures include shatter-resistant windows and protection for emergency generators and air intakes. Operational and administrative requirements cover facility security committees, controlled access to building information, and construction security plans. Finally, stringent cybersecurity measures are detailed for Building and Access Control Systems (BACS), prohibiting connections to federal IT networks and mandating adherence to DHS ICS-CERT, NIST-CSF, and OWASP guidelines, alongside robust patch management, antivirus use, and system hardening protocols.
    This document outlines the security requirements for facilities leased by the federal government, specifically addressing Facility Security Level III standards. It specifies that security measures, including design and installation costs, must be included in the leasing agreement and be finalized during the design phase. Highlights include the need for physical boundaries, access controls, monitoring of critical areas, and escort protocols for non-public spaces. The document mandates specific security systems such as intrusion detection and video surveillance systems, ensuring effective monitoring and maintenance. Furthermore, it details design parameters for windows, building systems, and landscaping to enhance security through environmental design. Additionally, it emphasizes cybersecurity protocols to prevent network vulnerabilities related to building access and control systems. These comprehensive security measures are essential for protecting government operations and personnel, reflecting a proactive approach in safeguarding federal assets and information.
    This document outlines Level II Security Requirements for government facilities, detailing lessor obligations for federal, state, and local RFPs. Key areas include facility entrances, lobbies, common areas, and utility spaces, focusing on access control, critical area security with high-security locks, and visitor verification. It also covers interior government spaces, site and exterior security like landscaping and Hazmat storage, and strict parking designations. A significant portion addresses security systems, requiring lessors to design, install, and maintain video surveillance, intrusion detection, and duress alarm systems, with mandatory testing and maintenance. Structural requirements include locking ground-floor windows and protecting emergency generators and air intakes. Operational aspects involve cooperation with the Facility Security Committee and strict control over building information. Cybersecurity measures prohibit connecting building systems to federal IT networks, mandate incident reporting, and recommend adopting DHS ICS-CERT, NIST-CSF, and CIS benchmarks for cyber protection, including strong encryption, disabled unnecessary services, and updated antivirus software.
    This document outlines the Security Requirements for a Facility Security Level II lease involving the federal government. It specifies the Lessor's responsibilities related to building security, including access control, visitor verification, and securing critical areas. Key areas covered include employee access control at entrances, screening protocols for shared spaces, and maintaining strict access policies for utility and mechanical rooms. The Lessor must implement a Video Surveillance System (VSS) and Intrusion Detection System (IDS) to monitor the facility, with an emphasis on regular system testing and maintenance. Landscaping and parking layout are designed to minimize concealment risks. The document also emphasizes compliance with cybersecurity measures, prohibiting connections to federal IT networks while outlining best practices for protecting building management systems. Additionally, the need for a construction security plan and cooperation with the Facility Security Committee is highlighted, reinforcing a commitment to safeguarding federal operations within the leased space. This comprehensive approach aims to mitigate risks and ensure the safety of both personnel and the facility.
    This GSA template outlines solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submission, and lease award processes. Key definitions are provided for terms like “discussions,” “proposal modification,” and “proposal revision.” It details requirements for amendments, late proposals, and modifications, including specific conditions for acceptance and acceptable evidence for mailing or receipt. The document also addresses restrictions on data disclosure, lease award criteria (best value, competitive range, unbalanced pricing), and post-award debriefing information. Additionally, it incorporates clauses regarding pre-award equal opportunity compliance, parties authorized to execute leases, protest procedures, facsimile proposals, and mandatory System for Award Management (SAM) registration, including unique entity identifier requirements. Finally, it includes provisions related to Federal Acquisition Supply Chain Security Act (FASCSA) orders, requiring offerors to represent compliance or disclose any covered articles or sources prohibited by FASCSA orders.
    The government solicitation document outlines the procedures and requirements for proposing leasehold interests in real property. It defines key terms such as "discussions," "proposal modifications," and "proposal revisions," providing clarity on the process of proposal submission, modification, and withdrawal. Offerors must adhere to guidelines regarding late proposals, the acknowledgement of amendments, and the necessity for all submissions to be signed and complete. Additionally, it highlights compliance evaluations for contracts above $10 million and details the signature requirements based on the type of entity (individual, partnership, corporation, or joint venture) executing the lease. The document also outlines the rules regarding protests, the use of facsimile proposals, and registration in the System for Award Management (SAM). Furthermore, contractors are prohibited from utilizing any products associated with Federal Acquisition Supply Chain Security Act orders, ensuring compliance with national security regulations. The document serves as a comprehensive guide for prospective offerors, helping them navigate the leasing process while ensuring compliance with federal mandates and improving procurement efficiency.
    The GSA Template 3517B outlines the general clauses for federal government leasehold acquisitions, covering a wide range of contractual obligations and requirements. The document is structured into several categories: General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, and Cybersecurity. Key aspects include definitions, subletting and assignment rules, lessor and government responsibilities for maintenance and compliance with laws, payment terms, and procedures for addressing defaults and disputes. It also details ethical conduct, provisions for price adjustments, audit requirements, and extensive clauses related to labor standards (equal opportunity, veterans, disabilities). Cybersecurity is a significant focus, with clauses on safeguarding information systems, personal identity verification, and prohibitions against specific hardware, software, and telecommunications equipment from identified entities. The document emphasizes adherence to FAR and GSAR regulations, ensuring transparency, fairness, and security in government lease agreements.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property under federal government contracts. It details various clauses categorized by general definitions, performance standards, payment protocols, standards of conduct, adjustments, audits, disputes, labor standards, and cybersecurity measures. Each clause includes specific references to applicable regulations such as the Federal Acquisition Regulation (FAR) and the General Services Acquisition Regulation (GSAR). The primary purpose is to establish clear responsibilities and expectations between lessors and the federal government to ensure compliance with legal and ethical standards in property leasing. Key provisions address subletting, maintenance obligations, payment structures, and contractor conduct, emphasizing the government's right to inspect properties and maintain compliance with applicable laws. The document serves as a comprehensive guide for both parties in contractual arrangements, aiming to facilitate transparent and effective transactions while safeguarding government interests. Overall, it reflects the regulatory framework necessary for maintaining integrity in government procurement processes.
    The provided file is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It suggests upgrading to the latest version of Adobe Reader and provides links for download and further assistance. This message is not a government file, RFP, or grant document, but rather a technical note for document access. It contains no information relevant to government solicitations or awards.
    The document is currently inaccessible due to a rendering issue with the PDF viewer, preventing content extraction and analysis. Without the ability to read or analyze the main details, topic, and structure, it is impossible to summarize as required. To proceed effectively, access to the appropriate document or an alternative format is necessary for a comprehensive review and subsequent summary creation. This limitation pertains to federal government RFPs, federal grants, and state/local RFPs. Providing a functional version of the document would enable the completion of the task as outlined.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors to provide estimated annual costs for services, utilities, and ownership when leasing space to the U.S. General Services Administration. This form, essential for federal government RFPs, helps GSA determine fair market value. It requires lessors to detail costs for cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous services, for both the entire building and the government-leased area. Additionally, lessors must report ownership costs such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes careful review of the Request for Lease Proposals (RLP) to identify services furnished by the lessor as part of the rental consideration. Instructions clarify how to calculate rentable areas and provide cost estimates, highlighting the importance of transparency and accuracy in cost reporting.
    The document outlines the Lessor's Annual Cost Statement, a required submission for government leases that details the estimated annual costs of services, utilities, and ownership associated with a rental property. It includes sections for listing costs such as cleaning, heating, electrical, plumbing, air conditioning, security, and building maintenance, alongside additional expenses like real estate taxes and insurance. The form necessitates a comprehensive breakdown of costs for both the entire building and the specific area rented by the government, ensuring consistency with prevailing rental scales in the community. Additionally, the document emphasizes the importance of providing accurate cost estimates while capturing necessary certifications from the lessor. The purpose of this statement is to assist the General Services Administration (GSA) in determining fair market values and ensuring compliance during lease negotiations, ultimately facilitating effective fiscal management in federal real estate activities.
    The General Services Administration's (GSA) "PRELEASE FIRE PROTECTION AND LIFE SAFETY EVALUATION FOR AN OFFICE BUILDING" form (GSA FORM 12000, May 2015) is a crucial document for assessing fire protection and life safety in buildings where the GSA is considering leasing space. It is divided into two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on or above the 6th floor, completed by a professional fire protection engineer. Both parts require adherence to fundamental code requirements, prioritizing the most recent building and fire codes and NFPA 101, Life Safety Code. The form ensures that offered spaces meet stringent safety standards, covering aspects like fire sprinkler and alarm systems, exit signs, emergency lighting, and elevators. The detailed evaluations, including narrative reports and certifications, aim to identify and rectify any deficiencies before the GSA accepts a lease, thereby ensuring occupant safety and regulatory compliance in federal, state, and local government leased properties.
    The General Services Administration (GSA) outlines the Fire Protection and Life Safety Evaluation process for office buildings in this prelease document. Two parts are specified based on the offered space's floor: Part A, for spaces below the 6th floor, requires completion by the Offeror; Part B, for spaces on or above the 6th floor, necessitates input from a professional engineer. The evaluation ensures compliance with the latest building and fire codes, with a focus on the National Fire Protection Association (NFPA) standards. Part A collects basic building information and verifies critical safety features, such as sprinkler systems and fire alarms. Part B encompasses a comprehensive analysis of fire safety systems, occupancy classifications, exit strategies, construction types, and maintenance protocols. Engineers must document findings, identify deficiencies, and propose remedy actions supported by code references. Lastly, both sections stipulate that reports lacking sufficient engineer findings will not be accepted by GSA. This process emphasizes the government’s commitment to safety and compliance in leased office spaces, safeguarding both occupants and property.
    This government file outlines the seismic compliance requirements for federal lease proposals, focusing on pre-award and post-award submittals using various forms (A-F). Offerors must demonstrate their building's seismic safety through certifications completed by a licensed engineer, adhering to RP 8 standards. Form A is for Benchmark Buildings, Form B for other existing buildings, and Form C for commitments to retrofit existing buildings or construct new ones. Form D allows offerors to claim exemptions based on leased space size or building type in specific seismic areas. Post-award, Forms E and F are used for retrofitted and new buildings, respectively, ensuring compliance before government acceptance. The document defines key terms and provides detailed instructions for each form, emphasizing supporting documentation and adherence to standards like ASCE/SEI 31 and 41.
    The document outlines the procedures and forms necessary for Offerors to demonstrate compliance with seismic safety standards for federally leased buildings, as stipulated in RP 8. Forms A through D are pre-award submittals, detailing seismic compliance for different building scenarios: Form A for Benchmark Buildings, Form B for existing buildings, Form C for retrofitting or new constructions, and Form D for exemption claims. If non-compliance is indicated, Offerors must commit to necessary retrofits. Post-award Forms E and F are for confirming compliance for retrofitted and newly constructed buildings, respectively. Each form requires certification from a licensed engineer, supported by specific documentation to verify adherence to seismic safety standards. The document emphasizes the importance of evaluating buildings against current seismic codes and outlines procedures for both new constructions and retrofits, thus ensuring safety and mitigating hazards in federally owned and leased structures.
    This document, titled "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlines federal prohibitions and disclosure requirements related to the procurement and use of telecommunications and video surveillance equipment and services. Stemming from the John S. McCain National Defense Authorization Act for Fiscal Year 2019, it prohibits executive agencies from obtaining or renewing contracts for equipment or services that use covered telecommunications equipment as a substantial component or critical technology. The document details two main prohibitions: one effective August 13, 2019, concerning the procurement of such equipment, and another effective August 13, 2020, extending the prohibition to entities that use such equipment, regardless of federal contract performance. It excludes services connecting to third-party facilities (e.g., backhaul) and telecommunications equipment unable to route user data or permit data visibility. Offerors must declare whether they will provide or use covered equipment/services and provide detailed disclosures if they do, including entity information, equipment descriptions, and an explanation of proposed use. The System for Award Management (SAM) is referenced for excluded parties. The form requires signature and contact information from the Offeror.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a requirement for offerors in federal solicitations. It emphasizes the prohibition against procuring items that include covered telecommunications equipment or services as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The offeror must represent their use of such equipment or services, with specific disclosure required based on their responses. The document also details the definitions of relevant terms and stipulates that offerors must review the list of excluded parties in the System for Award Management (SAM). This representation aims to ensure compliance with federal regulations regarding national security and telecommunications integrity, particularly in connection to safeguarding government contracts against potential risks associated with covered technologies. The structure includes sections on definitions, prohibitions, procedures, and required disclosures based on the offeror's claims, directing a clear path for compliance and accountability in federal contracting practices.
    The California Office of Historic Preservation (OHP) provides guidance for federal agencies on Section 106 consultation submittals under the National Historic Preservation Act. This document outlines California-specific preferences for submitting information, covering general undertaking details, contact information for federal and state agencies, and grant programs. It details requirements for project descriptions, Area of Potential Effects (APE) narratives and maps, and specifics for ground-disturbing activities. A key focus is on the identification of historic properties, including archival research, Native American consultation, and surveys. The guidance also explains the process for determining the eligibility of resources for the National Register of Historic Places (NRHP) and making a finding of effect (No Historic Properties Affected, No Adverse Effect, or Adverse Effect), with justifications and SHPO concurrence requests.
    The California Office of Historic Preservation’s document serves as guidance for federal agencies engaging in Section 106 consultations regarding projects that may impact historic properties. It outlines specific requirements for submittals, including details about the undertaking, contact information, and evaluation of potential effects on historic sites. The process emphasizes collaboration with the State Historic Preservation Officer (SHPO) and requires thorough documentation, including previous correspondence, project descriptions, and maps indicating Areas of Potential Effects (APE). Agencies must conduct rigorous historic property identification, including outreach to Native American contacts and other relevant parties, to ensure comprehensive assessment and engagement. Findings of effect must be clearly determined—identifying whether there are no historical impacts, no adverse effects, or adverse effects on historic properties. Clear justification for these findings is essential, particularly if adverse effects are identified, as this necessitates further consultation to address mitigation strategies. Overall, the guidelines emphasize the importance of preserving cultural resources during federal undertakings while ensuring compliance with the National Historic Preservation Act.
    This government document is a Request for Lease Proposals (RLP) No. 3CA1541 issued by the General Services Administration (GSA) for leasing space in Sacramento, CA. Proposals are due by January 6, 2025. The Government seeks a minimum of 44,438 to a maximum of 48,883 ANSI/BOMA square feet of contiguous space to accommodate two separate blocks: Block A for NOAA (12,392 to 13,632 SF) and Block B for USBR (32,046 to 35,251 SF). The lease term will be 20 years with a 15-year firm commitment. Security, accessibility, energy efficiency, and compliance with various federal standards are critical factors in the proposal. Detailed specifications include site requirements, parking for government use, and amenities for public transit access. Special considerations for historic properties and environmental health impact assessments are also outlined. The document establishes a structured evaluation process based on proposals' alignment with federal regulations and operational needs, emphasizing the importance of security measures and sustainable practices in selected locations. This filing highlights the GSA's strategy for procuring federal office space effectively and responsibly.
    The General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area, California, for a 20-year full term with a 15-year firm term. The solicitation, Project Number 3CA1541, requires a total of 40,728 to 44,802 ABOA square feet for office use, including specific minimum and maximum square footages for Block A and Block B spaces. The lease mandates 136 reserved on-site parking spaces, with the government retaining the right to install 10 EV charging stations. Key requirements include security features, a secured roll-up door, specific first-floor space allocations, freight elevator if needed, minimum column spacing, dual site access, and a location away from residential, high-traffic, or trucking areas. The site must support 24/7 operations, accommodate delivery vehicle turnarounds, and allow for two on-site emergency power generators. Detailed detached space requirements are outlined for both Block A (dish tower, communication tower, outside storage, enclosed support structure, and wareyard) and Block B (communication tower data structure, outside storage, and an attached/detached garage for vehicle storage). The offered space must comply with fire safety, accessibility, seismic, and sustainability standards, and not be in a 0.02 percent-annual chance floodplain. Expressions of Interest are due by February 29, 2024, with estimated occupancy by February 2026.
    The General Services Administration (GSA) is soliciting proposals to lease office space in the Sacramento Metro Area, California, identified under Project Number 3CA1541. The required space ranges from 40,728 to 44,802 square feet, with specific delineated boundaries provided. Key specifications include a minimum of 30,000 square feet on the first floor, security requirements, and provisions for emergency power generators. Additional stipulations mandate the site to be away from residential areas and high-traffic zones, with adequate turnaround space for commercial vehicles. Importantly, the offered facility must comply with federal standards concerning fire safety, accessibility, and environmental policies. Interested parties must submit Expressions of Interest by February 29, 2024, with an estimated occupancy target of February 2026. The document underscores the GSA's comprehensive requirements for any potential leased property, emphasizing security, functionality, and compliance with regulatory standards while aligning with federal acquisition regulations.
    The General Services Administration (GSA) is seeking to lease office space for federal agencies, specifically NOAA and USBR, in the Sacramento Metro Area, California. The Request for Lease Proposals (RLP) outlines a delineated area and specific requirements for the space, which includes a minimum of 44,438 ABOA SF and a maximum of 48,883 ABOA SF. The lease term is 20 years, with a firm term of 15 years and a 5-year option. Key requirements include specific floor space allocations for each agency, minimum ceiling heights, on-site parking, and strict security and operational standards for 24/7 use. The property must also accommodate communication towers and satellite dishes, with specific line-of-sight and radio frequency testing criteria. Additional requirements involve accessible vehicular access, proper zoning, and the ability to house emergency power generators. The RLP also specifies detached space for storage and special use vehicles for NOAA, and attached and detached space for vehicle storage, delivery, and communication equipment for USBR. The proposed site must be outside the 0.2 percent-annual chance floodplain and not be in the inundation zone of the Folsom Dam complex. Initial offers are due by January 6, 2025, with an estimated occupancy of March 2027.
    The General Services Administration (GSA) is soliciting proposals to lease office space in the Sacramento Metro Area, California, under project number 3CA1541. The proposed space will accommodate two blocks: Block A for the National Oceanic and Atmospheric Administration (NOAA) and Block B for the U.S. Bureau of Reclamation (USBR), totaling between 44,438 and 48,883 rentable square feet. Essential requirements include compliance with government security standards, specific parking provisions, a minimum of 16,442 square feet on the first floor, and various technical specifications related to satellite and communication tower operations. The site must ensure minimal disturbance from adjacent traffic and noise, support government operations 24/7, and adhere to local zoning regulations. The leased property should not be located in flood-prone areas or inundation impact zones from nearby dams. Interested entities must respond by January 6, 2025, with occupancy anticipated in March 2027. This RFP highlights the government’s commitment to secure and functional office environments while aligning with environmental and safety regulations.
    The GSAR 552.270-33 clause mandates disclosure of foreign ownership and financing for high-security leased spaces in government contracts. Offerors, lessors, and novation transferees must complete a representation form detailing any immediate or highest-level foreign owners (entities or persons) and foreign financing involvement. This representation is required upon proposal submission, annually for awardees, and when novating a lease. The document defines key terms like 'foreign entity,' 'foreign person,' 'financing,' 'immediate owner,' and 'highest-level owner.' The purpose is to ensure transparency regarding foreign interests in properties leased to the government, holding the offeror/lessor responsible for the accuracy and completeness of the provided data.
    The document outlines the requirements for foreign ownership and financing representation in federal leasing of high-security spaces, as mandated by the General Services Administration (GSA). Offerors must complete a representation regarding their ownership structure, including immediate and highest-level owners, and disclose any foreign entities or persons involved. Key terms defined include "financing," "foreign entity," and "immediate owner," which are relevant for assessing compliance with security and ownership regulations. The offeror or lessor must provide this information upon proposal submission and annually thereafter, ensuring accuracy and completeness of data. If there are any foreign owners or financing, detailed information about their identity and location is required. The essence of this document is to mitigate risks associated with foreign ownership in government-leased properties, reflecting the government’s emphasis on national security and contractual integrity in its procurement processes. Compliance is the responsibility of the lessor, along with the potential implications of any inaccuracies disclosed.
    This amendment updates Request for Lease Proposal Number 3CA1541 for office, lab, and warehouse space in Sacramento/Rancho Cordova, CA. Key changes include a revised area of consideration, modified unique requirements for Block A (NOAA) and Block B (USBR) spaces—specifying floor loads, ceiling heights, and detached/site space needs—and updated neighborhood, parking, and transit accessibility criteria. It also adds a new Exhibit P for Foreign Ownership & Financing Representation, revises the deadline for electronic proposal submissions to March 24, 2025, and requires written acknowledgment from local jurisdictions for communication towers and satellite dishes. Furthermore, the amendment updates lease sections on ceilings, partitions, floor coverings, systems commissioning, and maintenance, emphasizing environmentally preferable materials and regular recommissioning for energy efficiency.
    The GSA Public Buildings Service has issued Amendment No. 1 to Request for Lease Proposals No. 3CA1541 for office, lab, and warehouse space for USBR/NOAA in Sacramento/Rancho Cordova, CA. Key amendments include specifics on the area of consideration, unique property requirements, and submission protocols. The proposed location must adhere to zoning and growth plans, provide two vehicular access points, and maintain government operational needs, ensuring no disturbances from adjacent properties. Requirements specify significant square footage with particular height, security features, and communication infrastructure, including satellite dishes and communication towers, with testing protocols for operational integrity. Neighborhood amenities and accessibility to public transportation are also emphasized. The document details submission processes through the RSAP platform, mandating electronic offers due by March 24, 2025. This RLP serves to find a suitable property meeting extensive federal criteria, focusing on operational efficacy and compliance with security mandates essential for government function.
    Amendment No. 2 to Request for Lease Proposals (RLP) No. 3CA1541, issued by the GSA Public Buildings Service, outlines revised procedures for submitting lease proposals for office, lab, and warehouse space in Sacramento/Rancho Cordova, CA. The key amendment replaces RLP Section 3.02, detailing that offers must now be submitted exclusively through the Requirement Specific Acquisition Platform (RSAP) at LEASING.GSA.GOV. The deadline for electronic submission is May 2, 2025, at 2:00 PM Local Pacific Time. RSAP will auto-generate necessary forms like GSA Form 1217 and GSA Form 1364, eliminating paper submissions unless authorized by the LCO. Proposals will remain confidential until lease award, though they may be shared with government contractors for evaluation, under strict non-disclosure terms. This amendment streamlines the submission process, emphasizing digital compliance for all offerors.
    The document pertains to Amendment No. 2 of Request for Lease Proposals No. 3CA1541, which seeks lease proposals for office, lab, and warehouse space in Sacramento/Rancho Cordova, CA. The amendment outlines changes to the proposal submission process, emphasizing that offers must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by May 2, 2025, at 2:00 PM Local Pacific Time. All required documentation must be submitted through RSAP, which generates the necessary forms automatically, eliminating the need for paper submissions. Confidentiality is maintained for all offers until the lease is awarded, although proposals may be shared with government contractors assisting in evaluation. This amendment reinforces the shift towards a digital submission model while ensuring compliance and confidentiality during the procurement process.
    This GSA Template (Form 3516 PAGE 1 REV 02/25) outlines comprehensive solicitation provisions for acquiring leasehold interests in real property. It defines key terms like “discussions,” “proposal modification,” and “proposal revision,” and details procedures for submitting, modifying, revising, and withdrawing proposals, including specific conditions for late submissions. The document also provides guidelines for restricting the disclosure and use of data within proposals, marking sensitive information with specific legends. It explains the lease award process, emphasizing that awards are based on best value after evaluating proposals and potentially conducting discussions within a competitive range. Additionally, it specifies requirements for parties executing leases, procedures for serving protests, and the acceptance of facsimile proposals. A critical component is the mandatory registration in the System for Award Management (SAM) for offerors, along with instructions for obtaining a unique entity identifier. Finally, the template incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA), requiring offerors to represent and disclose any use of prohibited covered articles or sources as defined by FASCSA orders.
    This document details the solicitation provisions related to the acquisition of leasehold interests in real property, specifying regulations and standards for proposal submission. It includes definitions of key terms such as "proposal modification," "proposal revision," and stipulations on submission methods, with an emphasis on timely and compliant proposal submissions. Offerors must acknowledge any amendments to the solicitation and adhere to standards regarding late submissions, with certain conditions under which late proposals may be accepted. The provisions underline the importance of clarity in proposal compliance and provide guidelines for identifying and marking proprietary data. The government confirms its intent to award leases based on the best value proposals and retains the right to amend requirements for all proposals. Furthermore, there are regulations regarding the parties who must execute the lease agreement depending on their entity type, as well as protocols for handling protests and facsimile submissions. Overall, the document serves to guide potential offerors through the administrative requirements and legal considerations relevant to the federal leasing process, ensuring transparency and fairness in government contracting activities.
    This government file, GSA Template 3517B – REV (02/25), outlines the general clauses for the acquisition of leasehold interests in real property by the government. It covers a wide range of contractual obligations and rights for both the Lessor and the Government, categorized into General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other clauses. Key areas include definitions, subletting, subordination, default by lessor, inspection rights, property maintenance, fire/casualty damage, compliance with laws, alterations, space acceptance, payment terms, business ethics, anti-kickback procedures, drug-free workplace, price adjustments, examination of records, and dispute resolution. The document also details requirements for small business utilization, cybersecurity safeguards, and prohibitions on certain hardware, software, and telecommunications equipment, ensuring comprehensive compliance and operational guidelines for federal leasing activities.
    The document outlines the general clauses for leasing agreements between lessors and the U.S. Government, primarily structured within the framework of the General Services Acquisition Regulation (GSAR) and Federal Acquisition Regulation (FAR). It details key provisions concerning definitions, subletting rights, successor obligations, and the rights of inspection by government agents. The document also addresses maintenance responsibilities and conditions under which the government may accept or occupy leased spaces. Financial clauses include payment systems, prompt payment requirements, and stipulations regarding the assignment of claims. Additionally, it specifies contractor conduct, including adherence to laws relevant to labor standards and cybersecurity. Clauses related to payment adjustments for improper activities and price adjustments for defective pricing data enhance transparency and accountability. The overarching purpose is to establish a comprehensive legal framework ensuring both parties understand their rights, obligations, and procedures relating to lease agreements which are critical for federal operations and compliance with administrative standards.
    The Dual Agency Disclosure Statement for RLP Solicitation Number 3CA1541 outlines the terms under which Cushman & Wakefield, a brokerage firm under GSA contract 47PA0520D0006, will act as a dual agent, representing both the Government (tenant) and the property owner. This arrangement allows the firm to represent both parties, provided it is disclosed and agreed upon, though different agents within the firm must represent each party. The statement details the firm's responsibilities, such as treating both clients honestly, disclosing latent defects, and presenting offers, while also outlining restrictions, including not disclosing confidential information, suggesting specific terms, or acting in a biased manner. The document also addresses the material relationship the firm has with both parties, compensation details, and the responsibilities of the Government and Owner to protect their own interests. It emphasizes government non-disclosure requirements regarding other offerors and the duration of the dual agency agreement. Potential offerors must acknowledge receipt of this statement and consent to or decline participation due to the dual agency. Signatures from the potential offeror, landlord broker (if applicable), GSA's Tenant Broker (Anthony Lucchesi), and the GSA Lease Contracting Officer (Clara Lee) are required to finalize the agreement.
    The Dual Agency Disclosure Statement outlines the terms and conditions under which Cushman & Wakefield, as a brokerage firm, will act as a dual agent in a real estate transaction involving the Government and the property owner. Under the GSA contract, dual agency allows the firm to represent both parties, provided both consent and are made aware of potential conflicts of interest. The document clarifies that while the firm must treat both parties honestly and disclose material defects, it is prohibited from revealing confidential information or suggesting specific terms that could adversely affect either party. Moreover, both the Government and the property owner are responsible for protecting their interests and should seek professional legal or tax advice if needed. The statement emphasizes the necessity for confidentiality during the lease acquisition process, ensuring potential offerors acknowledge the dual agency before sharing sensitive information. The duration of this agreement ends upon notification of a successful or unsuccessful offeror or upon the Government’s occupancy of the property. By signing, the parties express informed consent to the dual agency arrangement, ensuring that they understand their rights and responsibilities in the transaction.
    Amendment No. 3 to RLP No. 3CA1541 outlines updated requirements for a federal lease in Sacramento/Rancho Cordova, CA, for USBR/NOAA. Key changes include specific unique building features like no railyard within 1 mile, minimum 16,442 SF on the 1st floor, and specific floor loading requirements. It details communication tower and satellite dish testing, power generation, and detailed space specifications for both NOAA and USBR, including ceiling heights and specialized areas. The amendment also updates neighborhood, parking, and transit accessibility criteria, replacing several RLP sections and documents. It emphasizes seismic safety compliance, asbestos management, and energy efficiency through the Energy Independence and Security Act (EISA) and recycling initiatives. New sections address existing fit-out materials, construction waste, wood products, adhesives, sealants, indoor air quality during construction, and detailed requirements for ceilings, partitions, insulation, painting, floor coverings, drinking fountains, restrooms, and plumbing fixtures, including water conservation. The document underscores the government's commitment to sustainability, safety, and operational efficiency in leased properties.
    Amendment No. 3 to Request for Lease Proposal No. 3CA1541 outlines essential requirements for a government lease involving USBR and NOAA facilities in Sacramento/Rancho Cordova, CA. Key provisions include the necessity for the building to be located at least one mile away from a railyard, strict security standards, and a minimum total space of 16,442 square feet, with specific allocations for NOAA and USBR. The layout must include features like column spacing, multiple vehicular access points, and a freight elevator for specific blocks. Environmental and operational considerations emphasize minimal disturbance to surrounding residential areas and adherence to local zoning laws. Moreover, the document mandates compliance with seismic safety standards and energy efficiency requirements, stipulating that buildings require an ENERGY STAR label. This lease also focuses on health and safety concerning HVAC systems, asbestos management, and plumbing specifications to promote energy conservation. The amendment reflects the government's commitment to ensure safety, environmental sustainability, and operational efficiency in the facility's construction and leasing, integral to meeting the agency's needs.
    Amendment No. 4 to Request for Lease Proposals No. 3CA1541 outlines amended requirements for office and associated space for USBR and NOAA in Sacramento/Rancho Cordova, CA. Key changes include specific unique requirements for the offered building and property, such as a minimum 1-mile distance from a railyard, adherence to government security needs, and a two-floor maximum occupancy with a significant portion on the first floor. Detailed specifications are provided for each agency, including ceiling heights, detached and attached space requirements, and site requirements for items like satellite dishes, communication towers, and vehicle storage. The amendment also updates the lease section on ceilings, specifying minimum and maximum heights for various areas within both NOAA and USBR spaces, and details coordination responsibilities between the Lessor and Government regarding ceiling installation and tenant improvements. This amendment ensures all proposals meet the revised operational and structural needs of both agencies.
    Amendment No. 5 to Request for Lease Proposals No. 3CA1541 for office space in Sacramento/Rancho Cordova, CA, updates the list of RLP documents, modifies security improvement requirements, and revises lease sections. Key changes include a new list of RLP documents, deletion of Exhibit P (Foreign Ownership & Financing Representation), and amendments to lease sections regarding incorporated documents and security requirements. A Building Specific Amortized Capital (BSAC) of $12.00 per ABOA SF is introduced for security-related improvements for Block A (NOAA) and Block B (USBR). The amendment specifies that the Lessor must adhere to Facility Security Level II requirements for both blocks, with common area security details to be finalized during the design phases. These revisions aim to streamline the proposal process and ensure compliance with updated security and documentation standards for the leased spaces.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Panama City, Florida, with specific requirements for the location and building characteristics. The GSA requires a minimum of 4,176 square feet and a maximum of 4,350 square feet of contiguous office space, ideally situated on the second floor or higher, with five reserved parking spaces and compliance with various government standards for safety and sustainability. This procurement is crucial as the U.S. Government's current lease is expiring, and the GSA is exploring economically advantageous alternatives for its office needs. Interested parties must submit their expressions of interest by December 29, 2025, including detailed property information and contact details, to Bryant Porter at bryant.porter@gsa.gov.
    GSA seeks to stay in place if alternate not possible
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 7,240 ABOA square feet of office, storage, and warehouse space in Norcross, Georgia, as part of its ongoing procurement efforts. The space must meet specific requirements, including being contiguous, compliant with fire safety and accessibility standards, and equipped with at least two elevators if not on the ground floor. This procurement is crucial for the GSA to maintain its operational capabilities, as the government currently occupies a similar space and is exploring alternatives that may be economically advantageous. Interested parties must submit their expressions of interest by May 1, 2023, with occupancy anticipated by September 1, 2023. For further details, contact Craig Thomas at craig.thomas@gsa.gov or by phone at 404-562-2762.
    Notice of Intent to Use Other Than Full and Open Competition
    General Services Administration
    The General Services Administration (GSA) is seeking to award a lease for office space to support the Drug Enforcement Administration at the San Francisco International Airport in California. The requirement includes a minimum of 2,096 ANSI/BOMA office area square feet, with all necessary services, utilities, and tenant alterations included in the rental agreement. This procurement is crucial for ensuring the DEA has adequate operational space at a strategic location, emphasizing the importance of maintaining law enforcement capabilities in the area. Interested parties must submit their expressions of interest to Stephen Janssen, GSA Contracting Officer, by December 26, 2025, at stephen.janssen@gsa.gov or by phone at (917) 675-0957.
    2CA1706 Redacted JOTFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to finalize a lease amendment for office space in San Diego, California, under the title "2CA1706 Redacted JOTFOC." This procurement involves a Justification for Other Than Full and Open Competition (JOFOC) for a lease extension of 18 months, with a 12-month firm period. The leased office space is critical for the GSA's operations, ensuring continued service delivery in the region. Interested parties can reach out to Maria Dent at maria.dent@gsa.gov for further details regarding this opportunity.
    GSA Seeking Office Space for Lease in Green Bay, WI
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Green Bay, Wisconsin, specifically requiring between 16,597 and 17,470 ABOA square feet of contiguous space. The leased space must be located within a commercial office district, accessible 24/7, and meet various federal standards, including ISC Facility Security Level III and fire safety regulations. This procurement is crucial for accommodating government operations in a modern and secure environment, with offers due by December 24, 2025, at 11:59 PM CST, and occupancy anticipated around June 1, 2027. Interested parties should contact Donald V. Padrnos or Kovas I. Palubinskas for further information and must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP).
    General Services Administration (GSA) awards 123,940.48RSF of Office and related space in San Jose, CA 95113-2324
    General Services Administration
    The General Services Administration (GSA) is seeking to award a lease for 123,940.48 rentable square feet of office and related space located at 55 S Market Street, San Jose, CA 95113-2324. This procurement involves a new replacing lease with a total contract value of $62,012,520.00, featuring a firm term of 15 years and the inclusion of 19 parking spaces. The leased space is critical for accommodating federal operations in the region, ensuring that government services are effectively delivered. Interested parties can reach out to Maria Dent, the Lease Contracting Officer, at maria.dent@gsa.gov or (404) 275-1890 for further details regarding this opportunity.
    GSA Seaking OFFICE Space in Moore, OK
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of 14,833 square feet of administrative office space in Moore, Oklahoma, to support public-facing operations for the Social Security Administration. The leased space must comply with specific requirements, including fire safety, accessibility, seismic, and sustainability standards, and must not be located in the 1-percent-annual chance floodplain. This opportunity arises as the U.S. Government considers alternative space options due to an expiring lease, with a full lease term of 10 years and a firm term of 5 years, requiring 93 onsite surface parking spaces. Interested parties should submit expressions of interest by December 19, 2025, with an estimated occupancy date of April 10, 2027. For inquiries, contact Kacy Cameron, Lease Contracting Officer, at kacy.cameron@gsa.gov or call 206-249-5330.
    REDACTED JOTFOC - 2AZ0434
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under the opportunity titled "REDACTED JOTFOC - 2AZ0434." This procurement involves a justification notice for the lease/rental of office space, which is critical for accommodating federal operations and personnel. The selected contractor will play a vital role in ensuring that the GSA can maintain efficient and effective office environments. For further inquiries, interested parties can contact Christine R. Wong at christine.r.wong@gsa.gov or by phone at 415-522-4726.
    General Services Administration Office Space Santa Fe City in New Mexico
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.