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.
ID: 2OH0390Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a lease agreement between the Lessor and the U.S. Government, specifically the General Services Administration (GSA). The lease involves the rental of office and related space totaling 35,656 rentable square feet with a firm term of 15 years, commencing either on November 1, 2026, or upon completion of the premises, whichever is later. Key provisions include rent structure, which consists of shell rent, operating costs, tenant improvements, and additional charges such as parking. The document outlines the obligations of both parties, specifically the Government's rights to alterations, the Lessor's responsibilities for maintenance, and the process surrounding tenant improvements and reimbursement. Provisions for termination rights, adjustments for real estate taxes, and the nature of the premises, including appurtenant areas like parking, are also detailed. The lease emphasizes compliance with federal standards and procedures. This lease document serves as part of federal contracting and leasing, which is vital for government operations and facility management.
    The USAO Cincinnati Master Specifications document serves as a comprehensive guide for designing and constructing United States Attorney's Offices. It outlines essential requirements regarding door types, wall constructions, material finishes, and electrical specifications. The document emphasizes adherence to local construction codes and mandates that all projects follow stipulated specifications, with substitutions prohibited. Key highlights include specific details for door hardware, accessibility standards, wall soundproofing techniques, distinguishing finishes, and strict regulations for electrical installation aimed at ensuring efficient workspace lighting and safety compliance. The document positions itself as a crucial resource for architects, engineers, and contractors tasked with creating functional and secure environments for USAO operations, while ensuring alignment with federal guidelines and coherent design principles throughout all facilities.
    The document outlines the security requirements for facilities designated as Security Level II by the federal government. It elaborates on obligations for lessors regarding security measures, which are to be included in the Building Specific Amortized Capital and operating rent. Key areas include employee access control, screening protocols for retail and mixed-use spaces, and securing critical areas that must restrict access to authorized personnel only. Additionally, it mandates a formal identification verification process and a key control program. The document details the installation, maintenance, and monitoring of security systems, including video surveillance, intrusion detection, and duress alarms managed by the government. Landscaping and parking regulations are included to enhance physical security, while a robust cybersecurity plan prohibits the integration of building and access control systems with federal IT networks. Significantly, it establishes a Facility Security Committee to address ongoing security issues and emphasizes the need for a comprehensive construction security plan during construction phases. Overall, this document aims to ensure a structured, secure environment for government operations through stringent security measures and cooperation between the lessor and the government.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). It includes definitions and instructions for offerors, detailing procedures for submitting proposals, including modifications and withdrawals. Offerors must adhere to specific requirements for late submissions, compliance evaluations for contracts over $10 million, and leasing execution protocols. Key points emphasize the importance of the System for Award Management (SAM) registration, mandating that offerors provide their unique entity identifiers and comply with federal regulations. Additionally, the document discusses the Federal Acquisition Supply Chain Security Act, which prohibits contractors from using covered articles if mandated by federal orders. Protests and the handling of facsimile proposals are addressed, highlighting the need for proper documentation during the bidding process. Overall, the provisions ensure a transparent, fair procurement process while establishing compliance and evaluation criteria for lease proposals, reflecting the rigorous standards associated with federal government contracts.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property between the government and lessors. It includes clauses related to definitions, subletting, successors, subordination, no waiver, and mutuality of obligation, emphasizing the interdependence of obligations between parties. Performance clauses address issues like inspections, delivery conditions, maintenance responsibilities, and defaults by the lessor. Payment-related provisions detail systems for prompt payments, electronic fund transfers, and the assignment of claims. Labor standards, small business utilization, and cybersecurity requirements are also specified, ensuring compliance with federal laws and regulations. Key procedures for maintaining property safety, zoning compliance, and environmental conditions are outlined, including rights for government inspections. Adjustments for illegal activities, contract disputes, and updates to agreements due to changes in tenant requirements are also noted. The document serves as a critical reference for government representatives in lease negotiations and contract management, ensuring legal compliance and offering clarity on the responsibilities and rights of all involved parties.
    The document provides an overview of federal government Request for Proposals (RFPs) and grants, along with state and local RFPs aimed at sourcing various services and projects. The primary focus is on the requirements and eligibility criteria for entities seeking federal funding or partnerships. Key components include an emphasis on competitive bidding processes, compliance with regulatory standards, and the necessity for detailed proposals addressing project objectives, budgets, and timelines. The document highlights the importance of transparency and accountability in the disbursement of public funds while promoting innovation and efficiency in project execution. It serves as a guideline for potential applicants to understand the procedural landscape and aligns stakeholders on expectations for both federal and local engagements in community development initiatives. The structure outlines essential steps, including proposal preparation, submission deadlines, and evaluation criteria, ultimately ensuring informed participation in government contracting opportunities.
    The document is a "Lessor's Annual Cost Statement" intended for use in government leasing agreements, specifically managed by the General Services Administration (GSA). It outlines the estimated annual costs associated with services and utilities provided by the lessor, including cleaning, heating, electrical, plumbing, air conditioning, and maintenance. The statement helps the GSA ensure that lease rentals align with prevailing community rates, assessing both total costs for the entire building and those specific to government-occupied spaces. It further details obligations relating to ownership costs, including taxes, insurance, and management fees. The report requires the lessor to verify and estimate financial figures, ensuring comprehensive data submission for accurate financial evaluation. Instructions emphasize the need for precision in estimating costs to support fair market value assessments. Overall, the document facilitates the government’s process for gathering and analyzing financial information crucial for effective lease negotiations and management.
    The General Services Administration (GSA) requests a fire protection and life safety evaluation for office buildings based on their location within the structure. The evaluation has two parts: Part A for spaces below the 6th floor, to be completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, to be conducted by a licensed fire protection engineer. Both evaluations require compliance with applicable local building and fire codes, specifically the National Fire Protection Association (NFPA) 101 Life Safety Code. Part A includes questions regarding general building attributes, automatic fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevator features. The Offeror must attest to the completion and accuracy of this information. Part B requires a detailed narrative report from the fire protection engineer, assessing fire safety conditions, building construction, means of egress, fire suppression and alarm systems, and any necessary corrective actions for deficiencies identified in compliance evaluations. The document emphasizes compliance with safety standards and sets strict guidelines for both evaluations to ensure fire safety in government leased spaces, demonstrating the GSA's commitment to maintaining safe environments in leased properties.
    The document outlines requirements related to telecommunications and video surveillance services and equipment for contractors seeking to engage with the federal government. Primarily, it mandates that the "Offeror," defined as the property owner, must declare whether they provide or use "covered telecommunications equipment or services," specified under the John S. McCain National Defense Authorization Act of 2019. This law prohibits agencies from procuring any equipment or services that significantly involves such covered technologies, emphasizing the need for transparency in contracts. The Offeror must complete the form accurately, stating their status and providing detailed disclosures if necessary. This includes identifying the entities involved with any covered equipment or services and explaining how they will be used while ensuring compliance with prohibitions against certain telecommunications practices. The document serves as a critical compliance tool aimed at preventing security risks associated with specific telecommunications equipment in governmental operations.
    This document outlines a Commission Agreement between a property Lessor and Jones Lang LaSalle Americas, Inc. (Broker), representing the U.S. General Services Administration (GSA) regarding a lease proposal for office space. The agreement stipulates that the Lessor will pay a commission of 4% of the Aggregate Lease Value for the initial lease term, which includes various rental charges but excludes certain payments like rental abatements and additional service fees. The commission is due in two payments: half upon lease award and the remainder upon occupancy or lease commencement. Both parties agree not to disclose confidential commission-related information and indemnify each other against claims related to brokerage fees. This agreement represents the entirety of the understanding regarding the commission and outlines liability limitations and the authority to negotiate. The Lessor is required to confirm acceptance of the agreement through a signature. Overall, this document is a structured binding contract aimed at facilitating a straightforward commission process for leasing federal office space.
    The General Services Administration (GSA) is seeking proposals for a lease in Cincinnati, OH (RLP NO. 2OH0390) due by February 26, 2025. The lease will encompass approximately 31,836 ABOA square feet in a modern, high-quality building. The proposal must adhere to specified standards, including sufficient parking and compliance with various regulations, such as accessibility and asbestos management. A 20-year lease term with a 15-year firm period is required, and the Government retains termination rights with prior notice. Offerors must submit a complete package through the Requirement Specific Acquisition Platform (RSAP) and provide detailed pricing information, including costs associated with tenant improvements and security enhancements. The lease will be awarded based on a method ensuring compliance with operational lease standards per government regulations. The document outlines strict requirements for accessibility and energy efficiency, mandating that buildings meet established sustainability criteria. The selected contractor must also comply with various federal safety protocols related to fire protection and life safety. Overall, this RFP emphasizes transparency, sustainability, and rigorous compliance with government standards in the procurement process.
    Similar Opportunities
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Owensboro, Kentucky, through a presolicitation notice. The procurement aims to secure nonresidential building leases, specifically under the NAICS code 531120, which pertains to lessors of nonresidential buildings, excluding miniwarehouses. This opportunity is significant as it supports the GSA's mission to provide efficient and effective government services by ensuring adequate office space for federal operations. Interested parties can reach out to Timothy M. Mazzucca at timothy.m.mazzucca@gsa.gov or by phone at 202-652-4199, or contact Lindsey Stegall at lindsey.stegall@gsa.gov or 202-652-4191 for further details.
    Succeeding Lease Presolicitation Notice for 1508 sq/ft Athens, OH
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space measuring between 1,508 and 1,666 square feet in Athens, Ohio, due to the expiration of the current lease. The requirements include 24/7 access, two surface parking spaces, and compliance with safety, accessibility, sustainability, and floodplain regulations, while ensuring the site is not near hazardous materials or sensitive locations. This procurement is crucial for maintaining secure and operational government functions, with a projected occupancy date of June 1, 2026. Interested parties must submit ownership documentation and property details by March 20, 2025, referencing Project Number 3OH0375, and can contact Dylan Matthews at dylan.matthews@gsa.gov or 248-201-3385 for further information.
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 17,652 ANSI/BOMA square feet of office space in Muskogee, Oklahoma. The lease term is set for 17 years, with a firm commitment of 15 years, and includes provisions for tenant improvements and security upgrades, as well as compliance with various federal regulations regarding safety and accessibility. This procurement is crucial for accommodating federal operations and ensuring that the leased space meets operational needs while adhering to sustainability and safety standards. Interested offerors must submit their proposals by April 10, 2025, and can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
    The Government is seeking to lease office and related space in Alton, IL for a minimum of 6,637 ANSI/BOMA Office Area (ABOA) to a maximum of 6,969 ABOA square feet.
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Alton, Illinois, requiring between 6,637 and 6,969 ANSI/BOMA Office Area (ABOA) square feet. The leased space must be located within a modern, professional district, ensuring compliance with accessibility standards and avoiding proximity to residential areas and floodplain zones. This procurement is critical for establishing a functional and sustainable office environment, with a lease term of 15 years, including a firm 10-year requirement, and initial occupancy anticipated by May 14, 2027. Interested parties must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP) by March 14, 2025, and can contact Adam Katz at adam.katz@gsa.gov or Christopher Bonfiglio at christopher.bonfiglio@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within a delineated area defined by Chicago Street to the north, 11th Street to the east, Howard Street to the south, and N 20th Street to the west. The requirements include a minimum of 9,500 square feet and a maximum of 14,765 square feet of office space, with specific parking provisions and compliance with government standards for fire safety, accessibility, and sustainability. This procurement is crucial for accommodating federal operations in the region, with expressions of interest due by March 18, 2025, and an estimated occupancy date of July 1, 2026. Interested parties should direct their inquiries to Nicholas Zabelin at Carpenter/Robbins Commercial Real Estate, Inc., via email at nicholas.zabelin@gsa.gov or by phone at 925-790-2124.
    General Services Administration (GSA) seeks to lease Office space in Santa Barbara, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Santa Barbara, California, specifically for the United States Bankruptcy Courts and United States Marshals Service. The procurement requires a minimum of 16,219 to a maximum of 17,030 ANSI/BOMA square feet of contiguous office space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with federal safety and accessibility standards. This opportunity is critical for ensuring functional and secure judicial operations, with proposals due by March 31, 2025, and occupancy anticipated by February 26, 2026. Interested parties should submit offers electronically through the Requirement Specific Acquisition Platform (RSAP) and may contact Maria Dent at Maria.Dent@gsa.gov or Dan McGrath at Daniel.J.Mcgrath@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease office space in Lakewood, CO
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Lakewood, Colorado, with specific requirements for the location and characteristics of the space. The GSA requires a contiguous office space ranging from 12,350 to 13,585 square feet, with strict guidelines regarding accessibility, proximity to public transportation, and the surrounding environment to ensure a suitable working atmosphere. This procurement is essential for accommodating federal operations, and interested parties must submit their expressions of interest by March 18, 2025, with an estimated occupancy date in June 2026. For further inquiries, contact Tim Pavek at Carpenter/Robbins Commercial Real Estate, Inc. via email at timothy.pavek@gsa.gov or by phone at 925-790-2134.
    General Services Administration Lease: Office Space Jonesboro, Arkansas
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Jonesboro, Arkansas, with specific requirements for the location and size. The desired space must encompass a minimum and maximum of 304 square feet, adhering to government standards for fire safety, accessibility, seismic considerations, and sustainability. This procurement is essential as the current government office lease is expiring, prompting the GSA to explore economically advantageous alternatives. Interested parties must submit expressions of interest by March 20, 2025, with an anticipated occupancy date of January 2, 2027. For further inquiries, contact Leasing Specialist Chantal Wells at Chantal.Wells@gsa.gov or Lease Contracting Officer Thomas Sisson at 817-978-1508.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, with a requirement for between 28,700 and 29,925 ABOA square feet in a modern and secure building. The lease term is set for 15 years, with options for renewal, and proposals must adhere to strict safety, environmental, and historical considerations, including energy efficiency and seismic safety standards. This procurement is crucial for providing federal office space that meets operational needs while ensuring compliance with federal regulations. Interested parties must submit their proposals by March 17, 2025, and can contact Melissa Hein at melissa.hein@gsa.gov or Leshaundra Greer at Leshaundra.Greer@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease office space in the Sacramento Metro Area
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in the Sacramento Metro Area, California, under Project Number 3CA1541. The procurement aims to secure between 44,438 and 48,883 square feet of contiguous space across two designated blocks, with specific requirements for each block, including security measures, accessibility, and compliance with federal standards. This initiative is crucial for accommodating the operational needs of the National Oceanic and Atmospheric Administration (NOAA) and the U.S. Bureau of Reclamation (USBR), ensuring a functional and secure environment for government operations. Interested parties must submit expressions of interest by January 6, 2025, with anticipated occupancy targeted for March 2027. For further inquiries, contact Tony Lucchesi at anthony.lucchesi@gsa.gov or Bruce Keyes at bruce.keyes@gsa.gov.