The GSA Request for Lease Proposals (RLP) No. 3WI0238 in Green Bay, WI, outlines instructions and requirements for leasing proposals. It seeks 16,597 to 17,470 ABOA square feet of contiguous space, divided into four blocks, within a modern building. The lease term is 20 years, with a 10-year firm term, commencing around July 1, 2027. Key requirements include specific area boundaries, 24/7 accessibility, professional surroundings, and the ability to meet ISC Facility Security Level III. Offers are due by December 24, 2025, 11:59 PM Central, and must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP). Proposals will be evaluated based on compliance with RLP requirements, including accessibility, fire protection, life safety, energy efficiency (ENERGY STAR® label or equivalent), and environmental considerations. Offerors must provide detailed pricing, financial commitments, proof of ownership, and various technical documents, including architectural plans and environmental assessments. The RLP emphasizes adherence to federal regulations and GSA standards for all aspects of the lease.
The General Services Administration (GSA) is seeking to lease an office space in Green Bay, Wisconsin, with specific requirements for size, location, and amenities. The allocated space must range from 15,723 to 17,470 ABOA square feet, with four distinct blocks of space that must be contiguous on one floor. A total of 11 reserved parking spaces is required, along with 24/7 accessibility to all facilities, including elevators. The space must be located in a commercial district with modern design elements, free from retail and rehabilitation centers, and compliant with security and safety standards.
Interested parties are instructed to submit expressions of interest including specific building details and contact information by June 23, 2025, for occupancy anticipated on April 1, 2026. All submissions must comply with ownership documentation requirements, and any associated costs for expressions of interest are not covered by the government. This RFP is part of the government's effort to find suitable alternative office space as the current lease is about to expire, allowing for potentially more economical solutions while considering relocation costs.
The General Services Administration (GSA) is seeking to lease office space in Green Bay, Wisconsin, with a minimum requirement of 15,723 square feet and a maximum of 17,470 square feet. The desired location must meet specific criteria, including being in a commercial office district, having reserved parking for 11 vehicles, and complying with security, fire safety, and sustainability standards. The space, comprised of distinct contiguous blocks, must be accessible 24/7 and should not be co-located with retail or rehabilitation centers. Interested parties must submit an Expression of Interest detailing the building's name, address, available space, rental rates, and ownership documentation by September 12, 2024. The estimated occupancy date is April 1, 2026. The solicitation emphasizes that the government will not incur costs associated with the interest submissions. The document serves as a presolicitation notice, detailing requirements for potential lessors ahead of the formal bidding process. This initiative reflects the GSA's ongoing effort to secure suitable office space that fulfills governmental operational needs while adhering to federal guidelines.
The General Services Administration (GSA) is seeking to lease office space in Green Bay, Wisconsin, to meet specific space requirements as part of a presolicitation notice. The desired space must range between 15,723 and 17,470 rentable square feet and include distinct blocks of space on a single floor. A minimum of 11 reserved parking spaces is required, with access to the office and associated facilities ensured 24/7. Key criteria include locating the space in a professional commercial district, compliance with security standards, and adherence to fire safety and sustainability regulations. The current government lease in Green Bay is expiring, leading to a potential relocation if economically viable. Interested parties must submit detailed expressions of interest, including building information and authorization to represent property owners, by September 17, 2024. The targeted occupancy date is April 1, 2026. The notice emphasizes strict compliance with government regulations and the need for considerations regarding relocation costs.
This government file outlines a lease agreement (GSA Template L100) between a Lessor and the United States of America, acting through the General Services Administration (GSA). The lease, identified by numbers GS-05P-LWI0238 and GS-05P-LWI01396, details terms for leasing office space, including rent, duration (20 years, with a 10-year firm term), and conditions for termination and renewal. It specifies the premises, appurtenant rights like parking and telecommunications equipment space, and the structure of rent payments, including annual rent, operating costs, tenant improvements (TI), and Building Specific Amortized Capital (BSAC). The document also covers various adjustments to rent based on factors like vacant premises, real estate taxes, and operating costs. Furthermore, it incorporates extensive sections on construction standards, general terms and conditions, design and post-award activities, tenant improvement components, and utilities and services during the lease term. Key aspects include definitions, authorized representatives, alterations, waiver of restoration, change of ownership, and detailed procedures for tax and operating cost adjustments. The file also references compliance with federal regulations such as the Paperwork Reduction Act and the use of the System for Award Management (SAM).
This government file outlines comprehensive Level III Security Requirements for leased facilities, covering federal, state, and local RFPs. It details mandatory security countermeasures for facility entrances, lobbies, common areas, critical systems, and the building exterior and site. Key elements include physical access control, intrusion detection systems (IDS), video surveillance systems (VSS), and duress alarms, with responsibilities for design, installation, and maintenance often shared between the Lessor and Government. The document also emphasizes structural security, emergency power for security systems, and strict cybersecurity protocols for Building and Access Control Systems (BACS). The goal is to establish a robust security framework based on risk assessments, ensuring the safety and operational continuity of government-occupied spaces while adhering to regulatory standards.
This GSA template outlines the solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submission, and lease award protocols. Key definitions clarify terms like “discussions,” “proposal modification,” and “proposal revision.” It details rules for amendments, late proposals (with specific conditions for acceptance and evidence of mailing), and the handling of modifications and withdrawals. The document also addresses restrictions on data disclosure, requiring specific legends for sensitive information. Lease awards are based on best value, allowing the Government to reject proposals, waive minor irregularities, and conduct discussions within a competitive range. It also specifies requirements for signatories to the lease based on entity type and outlines procedures for serving protests, submitting facsimile proposals, and registration in the System for Award Management (SAM). Finally, it includes provisions related to the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to disclose any prohibited covered articles or sources.
The GSA Template 3517B (REV 02/25) outlines general clauses for federal government leasehold interests in real property, covering legal, operational, and financial aspects. Key categories include general provisions such as definitions, subletting, and succession; performance requirements like lessor default, inspections, and property maintenance; payment terms including prompt payment and electronic funds transfer; standards of conduct, including business ethics and anti-kickback procedures; adjustments for price changes; audit and record-keeping requirements; dispute resolution; labor standards concerning equal opportunity and veteran employment; small business subcontracting; and cybersecurity measures. Additionally, it details prohibitions on certain hardware, software, and telecommunications equipment, as well as supply chain security. The document emphasizes compliance with federal, state, tribal, and local laws, ensuring fair and secure leasing practices for the Government and Lessors.
The document states that Adobe Reader 8 or higher is required to view its content, indicating a technical issue preventing access to the file. It advises users who cannot open the document to install Adobe Reader or configure their viewing environment, directing them to a specific Adobe link for assistance. This suggests the file is likely a PDF, a common format for government RFPs, grants, and other official documents, and its inaccessibility is due to software rather than content restrictions.
The GSA Form 1217, "Lessor's Annual Cost Statement," is a critical document for federal government lease acquisitions, ensuring rental charges align with prevailing community rates. This form, required for Request for Lease Proposals (RLPs), collects detailed annual cost estimates from lessors for both the entire building and the government-leased area. It is divided into two main sections: Section I covers estimated annual costs of services and utilities furnished by the lessor as part of the rental consideration, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services like building engineering and security. Lessors must itemize costs for salaries, supplies, contract services, fuel, system maintenance, and utilities. Section II focuses on estimated annual costs of ownership, excluding capital charges, encompassing real estate taxes, insurance, building maintenance and reserves for replacement, lease commissions, and management fees. The form also provides instructions for calculating rentable area and completing each section, emphasizing the importance of accurate cost estimates for the government's fair market value determination. The lessor's certification attests to the accuracy of these estimates.
The General Services Administration's Prelease Fire Protection and Life Safety Evaluation (GSA FORM 12000, May 2015) outlines requirements for evaluating office buildings for federal leases. It comprises two parts: Part A, for spaces below the 6th floor, completed by the Offeror and focusing on general building, fire sprinkler, fire alarm, exit, emergency lighting, and elevator information; and Part B, for spaces on or above the 6th floor, requiring a detailed narrative report from a licensed fire protection engineer. Both parts mandate compliance with local building and fire codes and NFPA 101 Life Safety Code, with specific egress requirements. Part B requires an in-depth assessment of the entire building's fire safety systems, construction, occupancy, and emergency provisions. The form ensures that leased spaces meet stringent fire protection and life safety standards, with corrective actions required for any identified deficiencies.
The document outlines the