The Government is seeking to lease office and related space in Kenilworth, NJ for a minimum of 17,994 ANSI/BOMA Office Area (ABOA) to a maximum of 18,894 ABOA square feet.
ID: 7NJ2243Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of office space in Kenilworth, NJ, with a requirement for a minimum of 17,994 to a maximum of 18,894 ANSI/BOMA Office Area (ABOA) square feet. The leased space will support the IRS's operational needs, specifically for the Taxpayer Assistance Center and Criminal Investigation offices, and must comply with various specifications, including security, telecommunications, and environmental standards. This initiative is crucial for enhancing taxpayer service accessibility while ensuring operational security and compliance with federal regulations. Proposals are due by January 3, 2024, and interested parties can contact Adam Katz at adam.katz@gsa.gov or William Korchak at William.Korchak@am.jll.com for further information.

    Files
    Title
    Posted
    The General Services Administration (GSA) issues a presolicitation notice for a lease of office space in Kenilworth, New Jersey. The GSA seeks a minimum of 17,994 square feet and a maximum of 18,894 square feet of space for a full term of 10 years, with the option to extend for another five. The space must adhere to specific requirements: it must be located in a prestigious commercial area, provide 42 structured parking spaces, and meet government regulations for security, accessibility, and fire safety. It should have a modern design, with a minimum of two accessible elevators and a ceiling height between 9 and 10 feet. The lease should be fully serviced, with all utilities, janitorial services, and tenant alterations included in the rental price. Expressions of Interest are due by August 23, 2024, with an estimated market survey to be conducted in September 2024 and occupancy targeted for December 2025. This procurement is subject to various conditions outlined in the Request for Lease Proposal package.
    The General Services Administration (GSA) is seeking to lease office space in Kenilworth, New Jersey, with specific parameters outlined in a presolicitation notice dated October 2023. The required space must range between 17,994 and 18,894 square feet, accommodating at least 42 parking spaces in a secured environment. A full-service lease is essential, covering all utilities and alterations. The site must be in a prime commercial district, compliant with government standards for security, fire safety, and accessibility, and must not be within any flood plains. Existing buildings will be prioritized over new constructions, and the offered space must be capable of accommodating an efficient office layout. Expressions of interest are due by October 3, 2024, with anticipated occupancy by December 2025. The notice emphasizes adherence to the provisions mentioned in the Request for Lease Proposal package, including compliance with telecommunications regulations under Section 889 of the FY19 National Defense Authorization Act. Interested parties are directed to contact designated representatives for submission details, ensuring alignment with federal requirements and standards.
    The General Services Administration (GSA) is seeking to lease office space in Kenilworth, NJ, with a required area of 17,994 to 18,894 square feet and 42 parking spaces. The space must be located within a prime commercial district, comply with various government safety and accessibility standards, and be available as a fully serviced lease for a term of 5 to 10 years. Expressions of interest are due by June 21, 2024, and potential occupancy is estimated for December 2025.
    Amendment No. 1 to Request for Lease Proposal (RLP) 7NJ2243, issued on December 26, 2024, pertains to leasing space in Kenilworth, NJ. The amendment updates Section 3.02 regarding the submission of lease proposals. Specifically, it modifies subsection A, allowing offers conforming to the RLP to be submitted through the LOP/RSAP by January 24, 2025, at 5:00 PM Eastern Standard Time, to be considered for award. Respondents must acknowledge receipt of this amendment by signing and returning the acknowledgment alongside their initial offer submissions to designated email addresses. The document is authorized by Jenica Wu, the Contracting Officer Representative. Overall, this amendment defines the revised submission process for lease proposals and underscores the importance of compliance with the new requirements for potential offerors in the leasing process.
    The General Services Administration (GSA) issued Request for Lease Proposals (RLP) No. 7NJ2243, soliciting offers for leasing office space in Kenilworth, NJ, with proposals due by January 3, 2024. The GSA seeks a minimum of 17,994 to a maximum of 18,894 ANSI/BOMA square feet of contiguous space, requiring a ten-year lease with an initial five-year firm term and specified parking and security provisions. The document outlines eligibility criteria, unique building requirements, amenities, and environmental considerations, emphasizing the need for energy efficiency certifications, accessibility, and safety compliance. Proposals are evaluated based on layout efficiency, compliance with floodplain regulations, and the historical significance of offered properties. The process requires detailed financial disclosures and adherence to federal guidelines, including the National Environmental Policy Act and the National Historic Preservation Act. Submission must occur electronically via the Requirement Specific Acquisition Platform (RSAP), ensuring confidentiality until award. Overall, this RLP represents the government's methodical approach to securing functional, sustainable office space while adhering to regulatory frameworks and fostering competition among potential lessors.
    The document outlines a lease agreement between the Lessor and the United States Government, facilitated by the General Services Administration (GSA). It specifies terms such as the premises to be leased, the lease term of ten years with a firm five-year period, and the financial structure detailing annual rent, operating costs, and tenant improvement allowances. Key provisions include rights regarding appurtenant areas, parking, and telecommunications installations. The lease details various clauses addressing rent adjustments, termination and renewal rights, and broker commissions. Moreover, it contains multiple sections addressing operational, construction, and maintenance standards, ensuring compliance with federal regulations, including environmental considerations and building safety codes. By establishing clear rights and obligations for both parties, this lease facilitates the government's occupancy and use of the premises, reflecting a structured approach to federal property management aligned with government standards and legal requirements.
    The IRS Post of Duty (POD) Program of Requirements (POR) is a comprehensive framework for the Space Acquisition Project, specifically for IRS facilities in the Kenilworth Congressional District 7. The project includes leasing approximately 20,889 rentable square feet of office space, ensuring it meets exact specifications and compliance requirements set by the IRS and GSA. Essential aspects involve efficient layout, secure access, and suitable configurations for the Taxpayer Assistance Center (TAC) and Criminal Investigation (CI) offices. Project management is a coordinated effort involving clear lines of communication, a structured timeline, milestones for space acquisition, and specific requirements for construction and design. Notable timelines, such as avoiding construction disruption during tax filing season, underscore operational constraints. The document also outlines detailed requirements for security, telecommunications, HVAC systems, and interior finishes catering to the IRS's operational needs. This initiative reflects the government's strategic approach to optimizing IRS operations, enhancing taxpayer service accessibility while ensuring operational security and compliance. The structured process, complete with clear guidelines on submissions and approvals, aims to deliver functional, secure, and compliant office spaces tailored to the distinct needs of IRS personnel and the public.
    The document outlines security requirements for federal facilities classified as Security Level II. It specifies obligations for lessors regarding employee access controls, visitor verification, and the maintenance of critical areas. The requirements emphasize the segregation of public and secure areas, management of landscaping to enhance visibility, and proper control over building access through intrusion detection, duress alarms, and video surveillance systems. The lessor must implement comprehensive testing and maintenance protocols for these security systems, which must comply with federal guidelines. Additional stipulations include design considerations for windows, emergency generator protection, and a construction security plan to safeguard the site. The focus is on ensuring the security and integrity of government facilities while complying with federal regulations, addressing potential cybersecurity issues connected to building control systems. Overall, the document aims to enhance safety and operational effectiveness in facilities housing governmental operations.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property by the federal government. It provides instructions to offerors, including definitions, submission guidelines, and the process for proposal modifications and withdrawals. Key points cover the acknowledgment of solicitation amendments, guidelines for late proposals, and the importance of compliance with the Equal Opportunity Act for contracts exceeding $10 million. The document emphasizes the necessity for lessor representation, detailing signature requirements based on the type of entity, and mandates registration in the System for Award Management (SAM). Additionally, leasing proposals must consider environmental concerns like 100-year floodplains. The government reserves the right to reject any proposals it deems in its best interest. Final evaluations will focus on identifying the offeror with the best value post-discussion within the competitive range. This comprehensive regulatory framework ensures transparency, compliance, and efficiency in federal leasing solicitations.
    The document outlines the General Clauses related to the acquisition of leasehold interests in real property governed by the GSA Template 3517B. It details the rights, obligations, and processes pertaining to the lease agreements between the Government and the Lessor. Key clauses include definitions, subletting and assignment rules, maintenance requirements, and procedures for inspections and alterations. It emphasizes the government's right to inspect the property, compliance with applicable laws, prompt payment terms, and conditions under which the lease may be terminated or adjusted. Essential clauses address labor standards, including equal opportunity provisions and contractor codes of ethics. The document serves as a comprehensive framework for leasing agreements, ensuring that both parties meet their obligations while maintaining regulatory compliance. This is crucial within the context of government RFPs and grants, as it establishes the legal structure for property leasing and management, supporting efficient government operations and safeguarding taxpayer interests.
    The document is a Request for Lease Proposals (RLP) outlining the terms and details related to a federal government offer for leasing space. It includes a structured overview of the proposal, encompassing elements like building specifications, rent calculations, tenant improvement costs, and operational requirements. Key components include the Shell Rent, Operating Costs, Tenant Improvement Rent, and specific details related to parking requirements. It addresses potential adjustments for vacant premises, commission agreements, and additional financial aspects relevant to the proposal. Sections also cover necessary details about the property's compliance with safety and accessibility standards, energy efficiency ratings, and historical significance. The document closes with a compliance certification requirement for the offeror, ensuring that all terms of the RLP are understood and accepted. This proposal process is crucial for the federal government to secure appropriate leased space that meets its operational needs while adhering to regulatory standards.
    The document is the Lessor's Annual Cost Statement required by the General Services Administration (GSA) for federal lease proposals. It outlines the estimated annual costs of services and utilities provided by the lessor as part of the rental agreement for a government-leased building. The form requires details about the total building size, specific utilities costs (like heating, electrical, and cleaning services), and overall maintenance and repair estimates. It emphasizes compliance with the Paperwork Reduction Act, requiring lessors to provide their best cost estimates for all essential services, along with a certification of accuracy. The structure is divided into two main sections: the first detailing estimated service costs, and the second focusing on the ownership costs separate from capital charges. The document aims to establish fair market value for the leased space and ensures transparency in costs associated with the lease, guiding the GSA's decisions on leasing agreements. The format facilitates systematic reporting of financial data crucial for government procurement processes.
    The document outlines the requirements for evaluating compliance of a building offered for lease to the government, focusing on building and fire safety codes. It distinguishes between spaces located below the sixth floor (Part A) and those above it (Part B). Part A requires offerors to complete basic assessments related to general building information and fire protection systems, attesting to compliance with life safety standards, including automatic fire alarm and sprinkler systems. For buildings above the sixth floor, Part B mandates a detailed engineering analysis, including a walkthrough and review of maintenance records. The professional engineer must document occupancy classifications, building construction, egress paths, vertical openings, fire protection systems, and elevator safety features. The report should highlight any code violations, deficiencies, and recommendations for corrective action to achieve compliance with safety regulations. The document emphasizes the necessity of certified engineering oversight and accurate reporting to ensure safety and regulatory adherence prior to government acceptance of the offered space, reflecting the critical nature of safety compliance in federal leasing processes.
    The Federal Acquisition Regulation (FAR) Clause 52.204-25 prohibits contracting for certain telecommunications and video surveillance equipment and services linked to foreign entities deemed a national security risk, particularly those from the People's Republic of China. Key definitions include "covered telecommunications," referring to equipment from companies like Huawei, ZTE, Hikvision, and Dahua, and "critical technology," encompassing defense articles and services. As of August 2019, it prohibits executive agencies from procuring systems that incorporate covered telecommunications as essential components, with the same restrictions applying to contracts after August 2020. Exceptions allow for certain services connecting to third-party facilities or equipment that does not manage user data. Contractors must report any identified use of such covered equipment within specified timelines, detailing contract information and related mitigation actions. Lastly, subcontractors must also adhere to these provisions. This clause emphasizes the government’s commitment to safeguarding national security by banning potentially harmful technologies from federal contracts.
    This document outlines the Commission Agreement between Jones Lang LaSalle Americas, Inc. (Broker) and a property Lessor regarding the General Services Administration's (GSA) Request for Lease Proposal (RLP) No. 7Nj2243. The Agreement confirms the Broker's role in representing the U.S. Government as a Tenant in leasing office space. The Commission payable to the Broker is set at an agreed rate of 5% of the Aggregate Lease Value, defined as total rental for the initial non-cancelable lease term, excluding specified exclusions like rental abatements and operational cost escalations. Commission payments are structured in two halves: one upon lease award and the second when the Tenant occupies the premises or the lease commences. The agreement emphasizes confidentiality, indemnification, and liability limitations. It also states that the parties involved must have authority to bind their respective entities and outlines processes for legal actions and modifications to the Agreement. Overall, this document reflects standard protocols in government leasing arrangements, ensuring clarity around commission structures and responsibilities in the leasing process for federal agencies.
    Similar Opportunities
    US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN GAINESVILLE, GA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 5,066 rentable square feet of office space in Gainesville, Georgia, for the Internal Revenue Service (IRS) operations. The procurement aims to secure a modern, contiguous layout that complies with GSA standards, ensuring accessibility to public transportation and local amenities, while also adhering to stringent security and safety requirements as outlined in various supporting documents. This initiative is crucial for maintaining effective public service operations and ensuring compliance with federal regulations, including energy efficiency and fire safety standards. Proposals are due by February 7, 2025, and interested parties can contact Jason Lichty at jason.lichty@gsa.gov or by phone at 972-739-2213 for further information.
    General Services Administration (GSA) seeks to lease the following space: 2TX1267
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and office space totaling 28,417 square feet in Irving, Texas, with secured parking for five vehicles. The lease will consist of a full term of 17 years and a firm term of 15 years, requiring the building to be of modern quality construction with specific design criteria, including compliance with fire safety, accessibility, seismic, and sustainability standards, while also ensuring the property is not located in a floodplain. This opportunity is part of the GSA's process to secure federal space as the current lease is expiring, and interested parties must submit detailed proposals by February 24, 2025, including information on building ownership, age, site plans, and expected rental rates. For further inquiries, contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or by phone at 202-652-4189.
    3NJ0340 - Lease of Office Space within Region 2, Request for Lease Proposals (RLP) #25REG02 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Mountainside, New Jersey, through the Automated Advanced Acquisition Program (AAAP). The government requires a secure tenant space designed for law enforcement operations, with specific criteria including 24/7 access, a minimum of 11,150 ABOA square feet, and a location at least 1,000 feet away from schools and within half a mile of public transit. This procurement is critical for ensuring operational integrity and security for law enforcement activities, necessitating specialized rooms and features such as a Secure Evidence Room and a secure server room. Interested offerors should contact Eli C. Cruz-Almonte at eli.cruz-almonte@gsa.gov or Bena Parker at bena.parker@gsa.gov for further details, and must submit their proposals during the designated Open Periods on the AAAP website.
    Lease of Office Space within Region 03. Request for Lease Proposals (RLP) #25REG00 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Cumberland, Maryland, as part of the Automated Advanced Acquisition Program (AAAP). The required space must range from 1,833 to 2,146 ABOA square feet, be contiguous, and accessible above ground, with a lease term of ten years, including a five-year firm period. This procurement is crucial for establishing a Taxpayer Assistance Center (TAC) that meets specific IRS requirements, including proximity to public transportation and parking facilities. Interested parties should register on the AAAP website and submit offers during designated "Open Periods," with the award based on the lowest priced, technically acceptable offer. For further inquiries, contact Dominic A. Innaurato at dominic.innaurato@gsa.gov or call 215-446-4532.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2TX1323
    Buyer not available
    The General Services Administration (GSA) is seeking to lease 56,280 square feet of office space in Irving, Texas, as part of a presolicitation notice issued in October 2023. The space will be occupied by a law enforcement agency and must meet specific government standards, including fire safety, accessibility, and security requirements, with all parking spaces needing to be gated for a total of 171 vehicles. Interested entities are required to submit detailed information about their proposed buildings, including ownership details, building age, site plans, and rental rates by February 5, 2025, with market surveys expected in late February or early March 2025 and an anticipated occupancy date of June 1, 2027. For further inquiries, interested parties can contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
    U.S. Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the property. The GSA requires a minimum of 61,114 square feet and a maximum of 62,176 square feet of contiguous office space, including 35 reserved parking spaces for official government vehicles, and the ability to meet ISC Level IV Security Requirements. This procurement is crucial for accommodating government operations and ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 5, 2025, with occupancy anticipated in June 2027; for further details, contact Sarah Pollack or Richard T. Downey at CBRE, Inc. via the provided email addresses.
    The Government is seeking to lease office and related space in Cincinnati, OH for a minimum of 32,000 ANSI/BOMA Office Area (ABOA) to a maximum of 33,600 ABOA square feet.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Cincinnati, OH, with a requirement for a minimum of 32,000 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 33,600 ABOA square feet. The lease will be for a 20-year term, including a 15-year firm period, and must comply with various federal regulations, including accessibility and energy efficiency standards. This procurement is crucial for providing adequate office space for government operations, ensuring compliance with safety and security protocols. Interested lessors should submit proposals by February 26, 2025, and can contact Tiffany Kurniawan at TIFFANY.KURNIAWAN@GSA.GOV or Sean Mangialardo at Sean.Mangialardo@jll.com for further information.
    2CA1807 - General Services Administration (GSA) seeks to lease Office space in San Rafael, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Rafael, California, with specific requirements for a minimum and maximum area of 11,250 square feet. The leased space must comply with government standards for fire safety, accessibility, seismic, and sustainability, and must not be located in floodplain areas. This procurement is crucial as the U.S. Government currently occupies a lease in San Rafael that is set to expire, and the GSA is exploring economically advantageous alternatives. Interested parties should submit their expressions of interest by February 5, 2025, with occupancy anticipated by February 2, 2026. For further inquiries, contact Lease Contracting Officer William J. Fletcher at william.fletcher@gsa.gov or by phone at 480-335-5553.
    Government Seeks Office Space in Joliet Illinois
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Joliet, Illinois, with specific requirements for location, size, and building features. The desired space must range from 12,300 to 12,915 square feet and be situated within a prime commercial district, avoiding proximity to residential areas, railroads, and power lines. This procurement is crucial for the GSA as it evaluates relocation options to determine cost-effectiveness compared to their current lease situation, ensuring compliance with safety and accessibility standards. Interested parties must submit expressions of interest by February 24, 2025, with a market survey scheduled for March 18, 2025, and anticipated occupancy by May 17, 2026. For further inquiries, contact Chynita Richards at chynita.richards@gsa.gov or Thomas Nisivaco at Thomas.Nisivaco@gsa.gov.
    General Services Administration (GSA) seeks to lease space in Orlando, FL
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Orlando, Florida, as part of its procurement process. The GSA requires between 29,977 and 31,475 ANSI/BOMA square feet of contiguous space in a secure, modern building, with a lease term of 15 years and options for two five-year renewals. This opportunity is crucial for accommodating government operations and ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by February 24, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.