Government seeking office space in Nashville, TN
ID: 4TN0320Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R4 OFFICE OF LEASINGATLANTA, GA, 30303, 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 office space in Nashville, Tennessee, under Solicitation Number RLP 4TN0320. The required space must be between 2,349 and 2,701 square feet, located on the second floor or higher, and must meet specific government standards for fire safety, accessibility, seismic compliance, and sustainability. This procurement is crucial for accommodating government operations in a modern facility that is accessible to public transportation and parking. Interested parties must submit their offers electronically by November 8, 2024, and can direct inquiries to Melissa Hein at melissa.hein@gsa.gov or Tyrekca Scott at tyrekca.scott@gsa.gov for further assistance.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions of Lease No. GS-04P-LTN02878 between a Lessor and the U.S. Government, represented by the General Services Administration (GSA). The lease stipulates that the Government will lease premises for office and related space for 15 years, with a 10-year firm term, including detailed provisions on rent calculation, adjustments, and additional construction responsibilities. Key components cover the premises' description, the Lessor's provision of tenant improvements and associated costs, and specific rights granted to the Government, such as access to parking and telecommunication installations. The agreement emphasizes the Government's authority over alterations and tenant improvement allowances while outlining financial obligations concerning annual rent and operating costs. The lease also contains provisions on termination and renewal options, a commission schedule for the broker involved, and guidelines for adjustments based on changes in operating expenses and real estate taxes. The comprehensive terms are structured to ensure clarity and compliance with regulatory standards, reflecting the Government's commitment to maintaining efficient and effective leasing arrangements within federal guidelines.
    This document outlines the security requirements for Federal facilities classified as Facility Security Level II. It details the responsibilities of the Lessor and the rights of the Government regarding physical security, access controls, and overall facility safety. Key areas include access control at building entrances, visitor screening procedures, and safeguarding critical areas with high-security measures, such as specialized locks and restricted access signage. Specific guidelines are provided for interior spaces, including identity verification and key control protocols. Exterior considerations demand landscaping that minimizes concealment, appropriate placement of receptacles, and security systems like video surveillance and intrusion detection. The Lessor is required to maintain security systems and comply with cybersecurity standards to protect operational integrity. Overall, the document emphasizes a comprehensive security framework aimed at protecting Government facilities, personnel, and sensitive information through structured protocols and defined responsibilities. This aligns with government procurement processes, ensuring that security is integrated and prioritized throughout the lease and operational phases.
    This document outlines general clauses for acquiring leasehold interests in real property under the General Services Administration (GSA), particularly for leases at or below the Simplified Lease Acquisition Threshold (SLAT). Key provisions include definitions of terms, maintenance obligations for the Lessor, rights to inspect property, stipulations regarding fire and casualty damage, and consequences of default by the Lessor. The Government maintains rights to inspect the premises and ensure compliance with safety regulations while mandating the Lessor to uphold maintenance and repair standards. Further clauses detail payment adjustments based on the Occupant Area (ABOA) and provide for integrated agreements and changes, reinforcing the need for compliance with all applicable laws. Safeguarding of contractor information systems is also emphasized, alongside the incorporation of various Federal Acquisition Regulation (FAR) clauses. These clauses establish a robust framework aimed at protecting government interests, ensuring safety, and facilitating efficient contract management in real property leasing. Overall, the document serves as a guideline for the contractual obligations between the Government and Lessor, ensuring clarity, compliance, and accountability.
    The document outlines the general clauses applicable to leases for the federal government, specifically under the General Services Administration (GSA) template. It includes various clauses regarding definitions, property maintenance, fire and casualty procedures, inspection rights, default by the Lessor, and payment adjustments for square footage discrepancies. Key provisions allow the government to inspect leased properties to ensure compliance and that the Lessor maintains the property in a safe and usable condition. The document also stipulates the responsibilities concerning repairs following damage, payment processes based on confirmed space measurements, and compliance with federal, state, and local laws. Clauses for safeguarding contractor information systems and prohibitions on certain entities are included, ensuring both operational security and compliance standards. Overall, this document serves as a comprehensive regulatory framework guiding lease agreements for government properties and emphasizes accountability, safety, and legal adherence within federal contracting.
    The document provides guidelines and details related to federal and state/local Requests for Proposals (RFPs) and grants. It outlines eligibility criteria, application processes, and key deadlines for various funding opportunities available to organizations and communities. Emphasis is placed on the importance of adhering to compliance regulations and the need for applicants to demonstrate project sustainability and community impact. Additionally, it suggests a structured approach for proposal submissions, highlighting the significance of clear objectives, measurable outcomes, and transparency in the budgetary framework. The document serves as a comprehensive resource for stakeholders aiming to secure funding for projects that align with governmental priorities and community needs, ensuring that all proposals meet required standards and contribute positively to public welfare.
    The Lessor's Annual Cost Statement is a document required by the General Services Administration (GSA) for properties leased by the government. Its primary purpose is to gather detailed estimates of the annual costs associated with various services and utilities provided by the lessor as part of the rental agreement. The statement must include information such as the total area leased, the types of services offered (cleaning, heating, electrical, etc.), and associated costs for both the entire building and the specific area leased by the government. The document is structured into two main sections: (1) the estimated annual costs of services and utilities and (2) the estimated annual cost of ownership exclusive of capital charges. Items include salaries, maintenance, utilities, and taxes, which help determine the fair market value of the rental space. Lessor certification is required to validate the accuracy of the submitted estimates. The form emphasizes adherence to prevailing rental charges in the community and aims to ensure comprehensive disclosure of expenses, facilitating transparency in government leasing processes. Accurate completion of this statement is vital for budgetary and operational planning in government leasing initiatives.
    The government document outlines the procedures for conducting a Fire Protection and Life Safety Evaluation for an office building, categorized into two parts: Part A for spaces below the 6th floor and Part B for those on or above the 6th floor. Part A requires the Offeror or their representative to complete a questionnaire concerning building details, fire safety systems, and compliance with local fire codes, ensuring all deficiencies are noted. Part B mandates a licensed professional engineer to perform a detailed assessment, including a site walk-through and evaluation of fire safety conditions, while documenting any violations and recommending corrective measures. A valid evaluation remains effective for five years, provided no major modifications occur. The document confirms attention to safety compliance, necessitating thorough reporting on necessary fire safety measures, such as automatic sprinkler systems and fire alarm features. Overall, the evaluation process aims to ensure the space meets federal standards for safety and occupancy, crucial for government leases.
    The document consists of instructions and forms for Offerors to ensure seismic compliance with RP 8 standards when submitting proposals for federal leases involving existing or new buildings. It outlines pre-award submittals (Forms A-D) to determine if buildings meet seismic safety requirements, with specific forms for benchmark buildings, existing buildings, retrofits, new constructions, and exemptions. Form A certifies compliance for benchmark buildings; Form B assesses existing buildings for Life Safety Performance Levels; Form C details commitments for retrofitting or new construction; and Form D indicates exemption criteria. Post-award forms (E and F) require certification for retrofitted buildings and new constructions, respectively. Engineers must endorse and stamp each form, ensuring adherence to standards. The document emphasizes quality assurance through required evaluations and backup calculations to uphold safety and compliance standards for federally owned and leased spaces. This framework aids in the government’s efforts to maintain resilience against seismic hazards across its facilities.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is essential for entities responding to government procurement contracts. The primary purpose is to ensure that offerors disclose any use or provision of covered telecommunications equipment or services, particularly those associated with national security concerns. Under Section 889 of the John S. McCain National Defense Authorization Act, agencies cannot procure equipment or services that use covered telecommunications components after specific dates, with exceptions detailed for certain services like interconnection arrangements. The representation provides a structured approach for offerors to affirm their compliance, requiring them to indicate whether they will or will not supply such equipment. If they do, detailed disclosures regarding the equipment's manufacturer, item's description, and intended use are mandated. Additionally, the document emphasizes a requirement to consult the System for Award Management (SAM) for entities excluded due to past violations. Overall, this representation reinforces the federal government's commitment to safeguarding sensitive information and infrastructure while ensuring contractors meet regulatory standards.
    The General Services Administration (GSA) is soliciting lease proposals (RLP No. 4TN0320) for office space in Nashville, TN, with offers due by November 8, 2024. This document details submission requirements, evaluation criteria, and eligibility for award. The preferred space should be at least 2,349 square feet and situated in a modern building located in a prestigious area with accessible public transportation and parking facilities within three blocks. Proposals must include a full breakdown of rent and additional costs, compliance with seismic and environmental safety standards, and considerations for energy efficiency as outlined by the Energy Independence and Security Act (EISA). The evaluation will focus on layout efficiency, adherence to substantive lease terms, and the overall value offered. Notably, past adherence to security requirements and federal regulations is emphasized, ensuring the awarded lease meets the stringent federal guidelines. GSA will conduct due diligence, including site assessments and potential building tours, to finalize the selection of a qualified offeror. The document underscores the government's procurement integrity by requiring full transparency regarding commissions and representing multiple parties in the bidding process.
    Similar Opportunities
    Government seeking Warehouse space in Nashville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease warehouse space in Nashville, Tennessee, specifically within a delineated area that includes I-24, I-40, and Central Pike. The requirements include a minimum of 7,500 square feet of climate-controlled space with specific features such as motorized roll-up doors, a pedestrian door with access control, and the capability to power up to seven vehicles, all while adhering to government safety and accessibility standards. This procurement is crucial for supporting government operations, and offers are due by October 28, 2024, with an estimated occupancy date of September 16, 2025. Interested parties should submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Tyrekca Miller at tyrekca.miller@gsa.gov for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TN0314
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 8,432 ANSI/BOMA Occupant Area square feet of office space in Chattanooga, Tennessee, under Solicitation No. 3TN0314. The space must be in a modern building that complies with specific safety, accessibility, and environmental standards, including seismic safety requirements and the absence of asbestos-containing materials. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations regarding safety and security. Proposals are due by November 8, 2024, and interested parties can contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov for further information.
    GSA Seeks office space to lease office space in Clarksville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Clarksville, Tennessee, specifically requiring a total of 2,658 square feet of office space with five surface parking spaces. The leased property must comply with government standards for fire safety, accessibility, seismic considerations, and sustainability, and it must not be located in a floodplain with a 1-percent annual chance of flooding. This opportunity is crucial for providing necessary office facilities for government operations in the area. Interested parties must submit their Expressions of Interest by October 23, 2024, with a market survey estimated for November 15, 2024, and anticipated occupancy by August 7, 2026. For further inquiries, contact Tye Battle at Tye.Battle@gsa.gov or Tyrekca Miller at Tyrekca.Miller@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    General Services Administration (GSA) seeks to lease the following space in Baltimore, MD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Baltimore, Maryland, with specific requirements outlined in a presolicitation notice. The desired space must range from 39,540 to 41,200 rentable square feet, distributed across a maximum of four floors, with at least 35,540 square feet contiguous on three consecutive floors, and located on the third floor or higher. This procurement is crucial as the government is exploring alternative office locations due to the impending expiration of its current lease, aiming to assess the cost-effectiveness of relocating. Interested parties must submit expressions of interest by October 25, 2024, including detailed documentation and drawings, with the anticipated occupancy date set for August 1, 2028. For further inquiries, contact Thea Konesavanh at thea.konesavanh@gsa.gov or 267-909-4628.
    U.S. Government General Services Administration (GSA) Seeks to Lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greenbelt, Maryland, with specific requirements for the space to meet government standards. The desired location must provide between 3,279 and 3,440 square feet of office space, including one reserved parking space, and must comply with fire safety, accessibility, seismic, and sustainability standards. This procurement is crucial for accommodating government operations, and interested parties should submit expressions of interest by October 24, 2024, with an estimated occupancy date of March 1, 2025. For further inquiries, contact Gregory Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov.
    General Services Administration (GSA) seeks to lease space in Grenada, MS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for office space in Grenada, Mississippi, through Request for Lease Proposals (RLP) No. 2MS0215, with offers due by November 8, 2024. The GSA requires a minimum of 7,779 ABOA square feet of modern office space located in a well-maintained building within a prime commercial district, ensuring compliance with federal regulations such as energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while adhering to sustainability and safety guidelines. Interested offerors can contact Melissa Hein at melissa.hein@gsa.gov or by phone at 212-326-1064 for further details.
    General Services Administration (GSA) seeks to lease the following space: Little Rock, Arkansas
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking offers for a 15-year lease of office space in Little Rock, Arkansas, under Request for Lease Proposals (RLP) No. 2AR0298. The desired property must range from 2,800 to 3,000 square feet (ABOA) and include specific features such as a lab area with a sink, while adhering to government standards for fire safety, accessibility, seismic safety, and sustainability. This procurement is crucial for the GSA to secure suitable office space that meets federal acquisition regulations. Proposals are due by November 1, 2024, with an estimated occupancy date of August 1, 2025. Interested parties should submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) and ensure they are registered in the System for Award Management (SAM.gov).
    General Services Administration (GSA) seeks to lease the following space: Bee Cave/Lakeway/Austin proper, Texas
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in the Bee Cave/Lakeway/Austin area of Texas. The procurement requires exactly 2,479 square feet of contiguous office space that meets specific government standards for fire safety, accessibility, seismic safety, and sustainability, and must be located above the first floor with 24/7 accessibility. This leasing opportunity is crucial for the GSA to secure suitable office accommodations while adhering to federal regulations, including floodplain restrictions. Interested parties must submit their expressions of interest by October 31, 2024, to Temu M. Gibson at temu.gibson@gsa.gov for further consideration.