Lease Space in Berkeley Lake, GA
ID: 0GA2173Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 OFFICE OF LEASINGWASHINGTON, 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 lease proposals for office space in Berkeley Lake, Georgia, as a potential alternative to an expiring lease. The requirement includes 5,700 to 5,950 ABOA square feet of contiguous office space, along with 31 surface parking spaces, located within a delineated area bordered by HWY 141, HWY 140, I-285, and Pleasant Hill Rd. This procurement is essential for accommodating federal operations and ensuring compliance with various safety and accessibility standards, including fire safety and sustainability requirements. Interested parties must submit their Expressions of Interest by October 22, 2025, with an estimated market survey scheduled for November 22, 2025, and anticipated occupancy by January 15, 2026. For further inquiries, contact Kristin Schlueter at kristin.schlueter@gsa.gov.

    Point(s) of Contact
    Kristin Schlueter
    kristin.schlueter@gsa.gov
    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking lease proposals for office space in Berkeley Lake, GA, as a potential alternative to an expiring lease. The requirement is for 5,700 to 5,950 ABOA square feet of contiguous office space, with 31 surface parking spaces. The delineated area is bordered by HWY 141, HWY 140, I-285, and Pleasant Hill Rd. The lease term is 5 years, with a 1-year firm term. Additional requirements include adequate eating and banking facilities within a 2-mile drivable radius, compliance with fire safety, accessibility, seismic, and sustainability standards, and a location outside the 1-percent-annual chance floodplain. Proposers must also be familiar with telecommunications prohibitions under Section 889 of the FY19 NDAA. Expressions of Interest are due by October 22, 2025, with an estimated market survey on November 22, 2025, and occupancy by January 15, 2026. Interested parties should contact Kristin Schlueter at kristin.schlueter@gsa.gov.
    The General Services Administration (GSA) has issued a Request for Lease Proposals (RLP) designated as no. 0GA2173 for a qualified Offeror to provide office space in Berkeley Lake, Georgia. Proposals must be submitted electronically by August 12, 2025, by 5:00 PM EST. The document outlines the requirements for the lease, stipulating that the space must consist of 5,735 usable square feet on one contiguous floor within a modern building compliant with local parking and energy efficiency standards. The evaluation will focus on the efficiency of the offered layout and compliance with various regulations, including the National Environmental Policy Act and the Energy Independence and Security Act. The initial lease term is set for 120 months. The proposal process includes two steps: initial offer submission and a due diligence phase for the selected lowest-priced offeror. Key components of the offer include pricing for tenant improvements and security requirements, associated costs, and documentation of financial capability. The GSA emphasizes that all proposals must conform to strict environmental and historical preservation standards. The final selection will be based on the lowest priced technically acceptable offer, ensuring alignment with the GSA's mission for effective government operations.
    This document is a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA) for leasing office space in Berkeley Lake, GA. Proposals must be submitted electronically by December 11, 2024. The RLP outlines requirements and criteria for evaluating offers, emphasizing the need for modern, high-quality buildings with specific space and parking specifications. Key factors include location within designated area boundaries, compliance with seismic and environmental safety standards, and energy efficiency as mandated by the Energy Independence and Security Act. Offerors must include documentation such as floor plans, cost estimates, and evidence of compliance with local zoning and environmental laws. The document details a structured evaluation process that includes negotiations and due diligence steps, allowing the government to select an offer that best meets its needs. The GSA seeks to ensure awards reflect considerations of efficiency, safety, and sustainability while preserving historic properties whenever possible.
    The document details the lease agreement between a Lessor and the United States government, managed by the General Services Administration (GSA). It outlines terms regarding the leasing of premises for government use, including a 10-year term with specific conditions for renewal and termination. The agreement specifies the annual rent and adjustments based on factors such as tenant improvements, operating costs, and real estate taxes. Key sections detail the responsibilities of both parties regarding maintenance, alterations, and the use of appurtenant areas like parking. The document emphasizes the need for compliance with safety and environmental standards during construction and operation. Additionally, it includes provisions for adjusting costs based on occupancy changes and economic factors, highlighting the government's rights in leasing scenarios. Overall, the lease framework aims for transparency and mutual benefit within government procurement and real estate management.
    The Request for Lease Proposals (RLP) No. 0GA2173 provides sensitive information not available on SAM.gov for potential offerors. Interested parties must submit a formal request to the Lease Contracting Officer’s designee to access the sensitive details required for proposal submission. This process involves establishing the requesting entity's business purpose, after which the designee will provide the necessary documents as an attachment outside of the SAM.gov platform. The RLP emphasizes confidentiality and security in the handling of sensitive lease proposal information as part of the federal procurement process.
    This document outlines security requirements for facilities designated as Security Level I in relation to federal leases. It specifies that all security measures must be incorporated into the building's shell and provides guidelines for employee access control, securing critical areas, visitor management, and the operation of security systems. Key areas outlined include employee and visitor access controls, the protection of critical infrastructure, and the installation of security systems, such as video surveillance and intrusion detection systems. The Lessor must consult with the Federal Protective Service and adhere to strict key control and identity verification processes. Landscaping must minimize concealment opportunities, and cybersecurity protocols are mandated to protect building systems from potential threats. The document emphasizes compliance with federal cybersecurity standards and the importance of maintaining secure operational procedures. Overall, the purpose is to establish a comprehensive security framework that enhances the safety and integrity of government facilities, ensuring that all security measures are effective and in place to protect occupants and government operations.
    The document outlines security requirements for federally leased facilities classified at Level I. It details expectations for the lessor regarding physical security measures essential for protecting critical areas, which could impact the agency's operations if compromised. Key components include controlled access at facility entrances, visitor verification, and robust security systems, including intrusion detection and video surveillance. The document mandates the coordination of security measures with the Federal Protective Service, the establishment of a formal key control program, and stringent control over building operational information. Additionally, it discusses landscaping to prevent concealment, cybersecurity protocols to safeguard access control systems from network vulnerabilities, and the necessity for lessors to comply with various cybersecurity best practices. This comprehensive framework ensures that leased government spaces meet stringent security standards while enabling effective operations and protection of federal personnel and assets.
    This government document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property, detailing the framework and rules guiding proposal submissions for potential lessors. It defines key terms, including discussions, proposal modifications, and revisions, while establishing protocols for the submission, modification, and withdrawal of proposals. Timeliness is emphasized, with strict conditions under which late proposals may be considered. The document also mandates the acknowledgment of amendments and addresses concerns regarding the disclosure of proprietary data. Moreover, it stipulates award criteria, emphasizing that the successful proposal should align with best value for the Government, allowing for award without discussions unless deemed necessary. The document includes specific requirements for entity registration within the System for Award Management (SAM), emphasizing the importance of a unique entity identifier for offerors and outlining the steps for registration. Furthermore, it prohibits selection of properties within a 100-year floodplain unless no viable alternatives exist. Overall, this document serves as a comprehensive guideline for prospective offerors, ensuring all parties understand the requirements and procedures pertaining to leasing agreements with the government.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, detailing essential rules and stipulations for offerors. It defines key terms such as “discussions,” “proposal modification,” and specifies the process for submitting, modifying, and withdrawing proposals. Late submissions are addressed with conditions under which they may still be considered. The document emphasizes the importance of compliance with solicitation amendments, proposal evaluations for best value, and the Government's discretion to reject proposals. It stipulates that offerors should identify any information they wish to protect from public disclosure and includes proper execution requirements for leases based on the type of lessor. Additionally, it highlights the necessity for offerors to be registered in the System for Award Management (SAM) prior to contract award and outlines the implications of the Federal Acquisition Supply Chain Security Act on proposals. In essence, this document serves as a critical guideline for entities seeking to engage in lease agreements with the government, ensuring adherence to regulatory standards and procedures throughout the procurement process.
    The document outlines the general clauses for leases under the GSA Template, specifically focusing on the acquisition of leasehold interests in real property below the Simplified Lease Acquisition Threshold (SLAT). Key topics include definitions, maintenance responsibilities of the lessor, rights to inspect the property, default conditions, payment structures, and compliance with applicable laws. The lessor must maintain the property and facilitate government inspections to ensure compliance with safety and health regulations. Additionally, it details how to address fire and casualty damage and what constitutes a default by the lessor, including the government's potential remedies. Payment clauses specify procedures for verifying space measurements and adjustments in rent if the delivered space is less than agreed. The document stresses adherence to laws and incorporates various Federal Acquisition Regulation (FAR) clauses regarding contractor information safeguarding and equal opportunity provisions. This template serves as a comprehensive guideline for government lease agreements and is essential in ensuring clarity and compliance throughout the leasing process.
    The GSA Template 3517A outlines general clauses for acquiring leasehold interests in real property under federal contracts below the Simplified Lease Acquisition Threshold (SLAT). It provides detailed clauses addressing key aspects such as definitions, maintenance responsibilities, fire and casualty damage, and inspection rights. The lessor is obligated to maintain the premises in good condition, ensure compliance with applicable laws, and allow for government inspections. Default conditions for the lessor include failure to meet contractual obligations, with the government retaining rights to terminate leases or seek damages. The clauses also incorporate safeguarding measures for contractor information systems, conforming to federal security standards, and highlight provisions related to supply chain security under the Federal Acquisition Supply Chain Security Act. Additionally, various clauses borrowed from the Federal Acquisition Regulation (FAR) address subcontracting plans, equal opportunity requirements, and payment procedures. Overall, this template serves as a structured framework for government leasing agreements, ensuring compliance and accountability in the management of leased properties.
    The provided content indicates that there is a technical issue with the PDF viewer, preventing the display of the intended government document detailing federal RFPs, grants, and state/local opportunities. Key topics likely to be included in such documents usually involve the framework for applying, eligibility criteria, funding amounts, and guidelines for project submissions. The purpose of government RFPs is to solicit proposals from various entities to fulfill specific needs or projects, promoting transparency and efficient allocation of public funds. Therefore, it's essential for potential applicants to access these documents fully in order to understand the parameters for submission, project scope, and any requisite qualifications. As such, the importance of ensuring compatibility with document viewing software is underscored to facilitate access to critical funding opportunities.
    The document is the "Lessor's Annual Cost Statement," which outlines the estimated annual costs associated with services, utilities, and ownership for lease proposals regarding government properties. It includes detailed sections for calculating costs related to cleaning, heating, electrical services, plumbing, air conditioning, elevators, and various maintenance tasks. Sections also capture costs linked to salaries, supplies, and contracted services, helping to determine fair market rental rates. The form is structured to request specific space measurements to assess both the entire building and the area leased to the government separately. Additionally, it requires certification from the lessor, affirming that the submitted costs are accurate estimates, which are useful for government evaluations of lease proposals. The document is essential for the General Services Administration (GSA) to ensure leases correspond to market values for government leasing needs, signaling adherence to established policies during the procurement process.
    The document outlines the Lessor's Annual Cost Statement, which is essential for federal lease proposals, detailing the estimated annual costs of services, utilities, and ownership for a building leased to the government. The statement includes sections for calculating costs associated with cleaning, heating, electrical services, plumbing, air conditioning, and maintenance, among others. It also addresses the need for cost estimations on real estate taxes, insurance, and associated management expenses. The Lessor is required to certify the accuracy of the reported costs and to provide a clear breakdown for both the entire building and the specifically rented government area. The instructions emphasize adhering to community rental standards and detail how to compute rentable areas, ensuring transparency in the lease agreement process. The document's ultimate aim is to facilitate fair market evaluations, aligning with federal RFP processes. Overall, the Lessor's Annual Cost Statement serves as a vital tool for financial assessment in government leasing arrangements, ensuring that rental charges are consistent and accountable.
    The government document outlines the procedures for conducting fire protection and life safety evaluations for office buildings under the General Services Administration (GSA). It is structured into two parts: Part A for spaces below the 6th floor, to be completed by the Offeror, and Part B for spaces on or above the 6th floor, which requires a professional engineer's assessment. The evaluations are to ensure compliance with current building and fire codes, particularly the National Fire Protection Association (NFPA) standards. Key elements include assessments of fire suppression systems, fire alarms, emergency lighting, means of egress, and the general construction of the building. The Offeror must document building information such as floor space, existing safety systems, and any deficiencies that may require corrective action. For Part B, a detailed narrative report must be provided, including building violations, occupancy classifications, and hazardous conditions. The main purpose of the document is to establish guidelines that ensure safety and code compliance for government-leased office spaces, thereby reducing risks associated with fire and life safety hazards. This pre-release format is essential for government proposals and grants, ensuring that all safety measures meet federal and local regulations before occupancy.
    The RLP Offer Attachment outlines the requirements for seismic compliance in the leasing of federal buildings, detailing necessary forms and protocols for Offerors and their engineers. It includes pre-award submittals (Forms A to D) to confirm compliance with RP 8 seismic standards, whether for existing benchmark buildings, existing buildings, or new construction. Offerors must provide engineers' certifications and supporting documentation, indicating if a building meets seismic safety standards or qualifies for an exemption. Forms E and F are designated for post-award submissions concerning retrofitted or newly constructed buildings. Each form includes specific engineer certification requirements, emphasizing safety objectives in accordance with ASCE provisions. Key definitions clarify roles and standards involved. The document serves as a procedural guide for Offerors to ensure compliance with governmental seismic safety standards during building evaluations, renovations, or new constructions, highlighting the government's commitment to safety in federally leased properties.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is required for government contractors to disclose their use of covered telecommunications equipment or services. It stems from the John S. McCain National Defense Authorization Act of 2019, aimed at prohibiting federal procurement involving such equipment that poses security risks. The offeror must confirm whether they provide or use any covered telecommunications equipment, detailing the equipment's origin and intended use. Additional disclosures are required based on their responses. The purpose is to maintain the integrity of federal contracts while ensuring that government entities do not engage with suppliers of potentially harmful technologies. The document underscores compliance with federal regulations and the importance of transparency in contractor representations.
    The document addresses the representation requirements regarding telecommunications and video surveillance services or equipment in federal contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It outlines essential definitions, prohibitions, and procedures for offerors submitting proposals to the government. Offerors must indicate whether they provide or use covered telecommunications equipment or services, with detailed disclosures required if applicable. The document specifies criteria for compliance and transparency, urging review of the System for Award Management for excluded parties. It details the necessary information offerors must supply, including equipment specifications and intended usage. These measures aim to prevent the procurement of unreliable telecommunications technologies while ensuring government contracts adhere to national security standards. The overall purpose emphasizes accountability in federal contracting processes concerning sensitive telecommunications infrastructure.
    This document outlines a Commission Agreement between a Lessor and Savills Inc. regarding the representation of the United States General Services Administration (GSA) as the Tenant for office space leasing. The Broker's commission is set at 4% of the Aggregate Lease Value for the initial non-cancelable lease term, with specific payment conditions: half upon lease execution and the remainder upon tenant occupancy or lease commencement. The Aggregate Lease Value includes the full service rental and certain fixed rental increases but excludes rental abatements and additional service charges. Both parties agree not to disclose confidential financial information and indemnify each other against brokerage claims. The agreement supersedes prior understandings and may only be modified in writing. It emphasizes the binding nature of the contract for both parties and outlines legal action provisions for disputes. This document exemplifies procedures applicable to federal leases and identifies essential brokerage arrangements in government procurement contexts.
    The document outlines a Commission Agreement between a property Lessor and Savills Inc, acting as a broker for the General Services Administration (GSA) concerning the lease of office space. The commission for the broker is set at 4% of the Aggregate Lease Value, determined upon signing the lease. The commission will be paid in two parts: half upon lease award and the remainder either upon tenant occupancy or lease commencement. The Aggregate Lease Value encompasses full service rentals excluding any rental abatement or operating expense escalations. Both parties disclaim involvement of other brokers and agree to confidentiality regarding financial information. Liability for breaches is limited to direct damages without additional claims for consequential losses. The agreement is binding upon successors and can only be modified in writing. Overall, it establishes the terms for broker compensation in the context of federal leasing, highlighting compliance with local practices and fiduciary responsibilities.
    Similar Opportunities
    Lease Space in Norcross, GA
    Buyer not available
    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.
    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 space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    Lease of Office Space within Silver Spring, MD
    Buyer not available
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    Justification for Other Than Full and Open Competition-2GA0903
    Buyer not available
    The General Services Administration (GSA) is seeking to justify a procurement action for the lease/rental of office buildings under the title "Justification for Other Than Full and Open Competition-2GA0903." This opportunity is specifically managed by the Public Buildings Service, with the primary objective of securing office space in Atlanta, Georgia, to meet federal agency needs. The procurement is significant as it addresses the essential requirement for federal office facilities, ensuring that government operations can be conducted efficiently. Interested parties can reach out to Johnetta Haire at johnetta.haire@gsa.gov or by phone at 404-562-0864 for further details regarding this opportunity.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office and warehouse space under Solicitation No. 2VA0898, located in Chantilly, Virginia. The GSA requires between 6,000 and 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet, and specific features such as parking for two automobiles and at least one loading dock. This procurement is crucial for supporting government operations in close proximity to Dulles International Airport, ensuring compliance with federal regulations regarding accessibility, fire protection, and energy efficiency. Proposals are due by December 12, 2025, and interested parties should contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    Buyer not available
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    Justification forOther Than Full and Open Competition-9GA2245
    Buyer not available
    The General Services Administration (GSA) is seeking to justify a procurement action for the lease/rental of office buildings under the title "Justification for Other Than Full and Open Competition-9GA2245." This opportunity is specifically managed by the PBS R4 Office of Leasing, with the place of performance located in Atlanta, Georgia. The justification document, which is redacted, outlines the rationale for this procurement, emphasizing the importance of securing appropriate office space for government operations. Interested parties can reach out to Johnetta Haire at johnetta.haire@gsa.gov or by phone at 404-562-0864 for further details regarding this opportunity.
    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.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Kenilworth, NJ, with a requirement for a minimum of 17,994 ANSI/BOMA Office Area (ABOA) to a maximum of 18,894 ABOA square feet. This procurement is part of the GSA's efforts to secure suitable office facilities for federal operations, ensuring that the space meets specific standards and requirements. Interested parties must acknowledge receipt of Amendment No. 3 to Request for Lease Proposals (RLP) No. 7NJ2243 and submit the acknowledged copy with their Final Proposal Revisions by December 11, 2025, at 4:00 PM EST. For further inquiries, contact William Korchak at William.Korchak@am.jll.com or Gerrit Voogt at gerrit.voogt@gsa.gov.
    GSA Seeking Office Space for Lease in Green Bay, WI
    Buyer not available
    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).
    U.S. Government Seeks to Lease Space in Englewood, CO
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Englewood, Colorado, to accommodate government operations. The requirements include 15,684 to 16,469 ABOA square feet of contiguous office space, along with 23 surface parking spaces, for a full term of 15 years, which includes a 10-year firm term. This procurement is critical as the U.S. Government is considering alternative space due to an expiring lease, and proposals will be evaluated based on economic advantages, including relocation costs. Interested parties must submit their Expressions of Interest by December 11, 2025, with an estimated occupancy date of October 2027; for further inquiries, contact Val Carreno at valerie.h.carreno@gsa.gov or 816-728-2021.