Request for Lease Proposals 3NY0984 - U.S. Government Seeks to Lease Office Space in Forest Hills, New York
ID: 3NY0984Type: 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 Forest Hills, New York, under Request for Lease Proposals (RLP) No. 3NY0984. The GSA requires between 2,423 to 2,550 ABOA square feet of contiguous office space for a full term of 10 years, with a 5-year firm period, and specific requirements including 24/7 access, two reserved parking spaces, and proximity to public transit. This procurement is crucial for accommodating government operations and ensuring compliance with various safety and accessibility standards. Initial offers are now due by December 3, 2025, and interested parties should contact Maria Kobe at maria.kobe@gsa.gov or Jessica Delossantos-Punter at jessica.delossantos@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) seeks to lease 2,423 to 2,550 ABOA square feet of office space in Forest Hills, Queens, New York. The lease will be for a full term of 10 years with a 5-year firm term. Key requirements include 24/7 access, contiguous space on one floor, and two reserved on-site parking spaces, or a walkable half-mile distance to a 24/7 parking facility. The space must also be within a walkable 1.1 miles of public transit, with a minimum 350 ft setback from elevated or outside train lines. The GSA requires a fully serviced lease, including all utilities and janitorial services, and the space must meet security, fire, life safety, and accessibility standards. Only existing buildings will be considered, and subleases are not acceptable. Offers are due by October 3, 2025, with an estimated occupancy date of July 1, 2027, and must be submitted electronically via the RSAP platform. The solicitation number is 3NY0984.
    Amendment No. 1 to Request for Lease Proposal (RLP) Number 3NY0984 extends the due date for initial offers for office space in Forest Hills, New York. The original deadline of October 3, 2025, has been extended to November 3, 2025. This amendment is now an integral part of RLP No. 3NY0984, and offerors must acknowledge its receipt by signing and returning the document. The amendment, signed by Jessica Delossantos-Punter, Lease Contracting Officer, ensures that all prospective lessors are aware of the revised submission timeline.
    Amendment No. 2 to Request for Lease Proposal (RLP) Number 3NY0984 in Forest Hills, New York, extends the due date for initial offers from November 3, 2025, to December 3, 2025. This document is an official part of RLP No. 3NY0984, which solicits lease proposals for office space. Offerors must acknowledge receipt of this amendment by signing and returning it.
    The GSA Request for Lease Proposals No. 3NY0984 in Forest Hills, NY, seeks proposals for contiguous space ranging from 2,423 to 2,550 ABOA square feet. Offers are due by October 3, 2025, at 5:00 P.M. Eastern, and must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP). The lease term is ten years, with a five-year firm term, commencing around August 10, 2027. Key requirements include a modern building within a specified area bounded by the Long Island Expressway, Grand Central Parkway, Jackie Robinson Parkway, and Woodhaven Boulevard. The space must be on one floor, include two reserved surface parking spaces, and be within a walkable 1.1 miles of public transit, with specific setbacks from elevated train lines. Unique requirements include provisions for IT closet cooling and efficient office layout. The RLP also details eligibility criteria such as floodplains, historic preference, asbestos, accessibility, fire protection, energy efficiency (ENERGY STAR® label or equivalent), and environmental considerations. Offerors must provide comprehensive pricing, financial commitments, proof of ownership, and signing authority. CBRE, Inc. is the authorized broker, with a commission credit mechanism in place for the Government. The evaluation will be based on price, with preferences for historic properties.
    This document outlines a GSA Lease Template (L100) for federal government property leases, detailing terms, conditions, and standards for Lessors and the Government. Key aspects include a 10-year lease term with a 5-year firm period, rent and other financial considerations such as Tenant Improvement Allowance (TIA) and Building Specific Amortized Capital (BSAC), and adjustments for operating costs and real estate taxes. It specifies procedures for alterations, change of ownership, and payment to brokers. The document also incorporates comprehensive construction standards, shell components, and requirements for design, post-award activities, and ongoing services during the lease term, emphasizing compliance with various federal regulations and GSA guidelines for building quality, safety, and environmental standards.
    The RLP Exhibit B document outlines comprehensive Level II security requirements for government facilities, detailing lessor obligations for facility entrances, common areas, government-controlled spaces, and exterior building elements. Key provisions include physical and employee access control systems, securing critical infrastructure like mechanical rooms with high-security locks, and controlling public restroom and visitor access. Landscaping must be maintained to minimize concealment opportunities, and hazardous material storage, receptacles, and mailboxes must be strategically placed away from building exteriors and entry points. The document mandates the design, installation, and maintenance of video surveillance, intrusion detection, and duress alarm systems, with annual testing and prompt repair of critical components. Lessors must also cooperate with the Facility Security Committee, control access to building information, and develop construction security plans. Cybersecurity measures prohibit connecting building systems to federal IT networks and encourage adherence to DHS ICS-CERT, NIST-CSF, and OWASP Top 10 guidelines for protecting Building and Access Control Systems (BACS) from cyber threats. These requirements ensure a robust security posture, covering physical, operational, and digital aspects of government facility protection.
    This government file outlines the solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submission, modifications, revisions, and withdrawals. It defines key terms like “discussions” and “proposal modification” and details procedures for handling amendments and late proposals. The document specifies conditions for late submissions, emphasizing proof of mailing and receipt. It also includes restrictions on data disclosure, guidelines for lease awards, and outlines how the government evaluates proposals and conducts discussions. Other provisions cover pre-award equal opportunity compliance evaluations, requirements for parties executing leases, procedures for serving protests, and rules for facsimile proposals. Additionally, it mandates registration in the System for Award Management (SAM) for offerors, including unique entity identifiers, and addresses representations and disclosures related to the Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting the use of certain covered articles or sources.
    This government file, RLP Exhibit D, outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, applicable to federal government RFPs, federal grants, and state/local RFPs. It details 58 clauses across categories such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses cover definitions, subletting, Lessor default and Government remedies, inspection rights, property maintenance, fire/casualty damage, compliance with law, alterations, space acceptance, prompt payment, and various ethical and business standards. Additionally, it addresses cybersecurity requirements, including safeguarding contractor information systems and prohibitions against specific hardware, software, and telecommunications services/equipment from named entities. The document emphasizes adherence to FAR and GSAR regulations, ensuring clarity in contractual obligations and compliance with federal guidelines.
    The RLP Exhibit G form, titled “Prelease Fire Protection and Life Safety Evaluation for an Office Building,” is a crucial document for federal government RFPs, specifically for the General Services Administration. It evaluates the fire protection and life safety systems of office buildings offered for lease. The form is divided into two parts: Part A, completed by the Offeror for spaces below the 6th floor, and Part B, completed by a professional fire protection engineer for spaces on or above the 6th floor. Both parts adhere to fundamental code requirements, including compliance with local building and fire codes, and the National Fire Protection Association (NFPA) 101, Life Safety Code for egress. The document details specific information required for each part, such as building address, general building information, fire suppression systems, fire alarm systems, exit signs, emergency lighting, and elevators. Part B requires a comprehensive narrative report, including a building walkthrough, review of maintenance records, and identification of any deficiencies and recommended corrective actions. The form ensures that all offered spaces meet stringent fire safety standards before government acceptance.
    The RLP Exhibit H, titled “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,” is a crucial document for government contractors, ensuring compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232). This act prohibits federal agencies from procuring, extending, or renewing contracts for equipment, systems, or services that use “covered telecommunications equipment or services” as a substantial or essential component, or as critical technology. The document defines key terms and outlines procedures for Offerors to review the System for Award Management (SAM) for excluded parties. Offerors must declare whether they will provide or use such equipment/services and provide detailed disclosures if they do, including information on the entity that produced the equipment, descriptions of the equipment/services, and explanations of their proposed use. This form ensures transparency and adherence to federal supply chain security mandates.
    The document, RLP Exhibit I, is a disclosure required by Federal Acquisition Regulation FAR 9.505-4 for Request for Lease Proposal (RLP) Number 3NY0984. It informs offerors that CBRE, Inc., a broker contractor, is authorized to access proprietary information submitted with their lease acquisition offers under Contract No. 47PA0520D0008. The document explicitly states the contractor's obligation to protect all proprietary information from unauthorized use or disclosure and to use it solely for its intended purpose. Offerors are required to acknowledge receipt and understanding of this notice by signing and returning a copy to CBRE, Inc. The notice ensures transparency regarding third-party access to sensitive information during the government's procurement process.
    This document is a Commission Agreement between a Lessor and CBRE, Inc. (Broker) for the lease of office space to the General Services Administration (Tenant) as per Request for Lease Proposal No. 3NY0984. The agreement outlines the commission structure, defining it as 7% for years 1-3 and 3% for years 4-5 of the “Aggregate Lease Value” for the initial non-cancelable term. The commission is earned upon lease execution and paid in two installments: one-half upon lease award and the remainder upon Tenant’s occupancy or lease commencement. The “Aggregate Lease Value” includes full-service rental, base rent, operating costs, real estate taxes, and amortization of tenant improvement allowances and BSAC charges, as well as fixed rental bumps or escalations. It excludes rental abatements (except for a specified Commission Credit), annual escalations for operating expenses/taxes, and additional payments for services beyond the lease. Commissions are not applicable to option periods or terms beyond the firm lease term. A portion of the commission, the “Commission Credit,” will benefit the Tenant as a credit to shell rent. Both parties agree to indemnify each other against claims from other brokers and not to disclose confidential financial information. The agreement also outlines liability limitations and represents the entire agreement between the parties.
    Similar Opportunities
    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.
    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.
    Justification of Other than Full and Open Competition
    Buyer not available
    The General Services Administration (GSA) is seeking to justify an award for a contract related to the lease and rental of office buildings, specifically through a Justification of Other than Full and Open Competition. This procurement is aimed at addressing specific leasing needs within the Public Buildings Service, particularly in New York City. The importance of this opportunity lies in ensuring that the GSA can secure necessary office space efficiently, which is crucial for its operational effectiveness. Interested parties can reach out to Elijah Yogo-Shakoor at elijah.yogo-shakoor@gsa.gov or by phone at 347-556-7479 for further details regarding this opportunity.
    Justification For Other Than Full and Open Competition for a GSA lease extension
    Buyer not available
    The General Services Administration (GSA) is seeking to extend a lease for office space in Melville, NY, through a Justification for Other Than Full and Open Competition. This procurement aims to secure continued occupancy of the leased premises, which is critical for the GSA's operations within the Public Buildings Service. The justification underscores the necessity of maintaining a stable work environment for federal employees and ensuring uninterrupted service delivery. Interested parties can reach out to Bryan Cucinotta at bryan.cucinotta@gsa.gov or call 212-577-8182 for further details regarding this opportunity.
    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.
    US Government seeks to Lease Office Space in Newark, NJ
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Newark, NJ, as part of their ongoing procurement efforts. This opportunity is outlined in Amendment No. 9 to Request for Lease Proposals (RLP) No. 4NJ0176, which modifies the original solicitation and requires all offerors to acknowledge receipt of the amendment by signing and dating the provided space. The leased office space will serve as a critical facility for government operations, emphasizing the importance of securing suitable nonresidential buildings. Interested parties must submit their final proposal revisions, including the acknowledged copy of Amendment No. 8, by December 10, 2025. For further inquiries, contact Gerrit Voogt at gerrit.voogt@gsa.gov or 202-805-4423, or Bill Korchak at william.korchak@jll.com or 212-812-5818.
    General Services Administration Office Space Pine Bluff, Arkansas
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    RLP No. 5FL0645: Government seeks 3 parking spaces in Tampa, Florida
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of three parking spaces in Tampa, Florida, under Request for Lease Proposals (RLP) No. 5FL0645. The procurement aims to secure parking within a specified delineated area, with the lease term set for an initial 12 months, including a 6-month firm period and three optional one-year renewals. This opportunity is crucial for ensuring adequate parking facilities for government operations in the region. Proposals are due by December 12, 2025, at 5:00 PM EST, and interested parties should contact Tim Wells at Timothy.Wells@gsa.gov or call 267-443-7331 for further details.
    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.
    GSA seeking 89,595 - 92,310 ABOA in Chicago, IL - Leasing Portal (RLP 25REG05)
    Buyer not available
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Chicago, IL, with a minimum of 89,595 and a maximum of 92,310 ABOA square feet. The procurement aims to secure a location that meets specific requirements, including a loading dock, freight elevator access, and the capability to support specialized telecommunications infrastructure, among other unique agency needs. This opportunity is critical for accommodating government operations and ensuring compliance with federal standards for safety and efficiency. Interested offerors can submit proposals through the GSA Leasing Portal, with the open period for submissions running from the 1st to the 7th of each month, and should contact Colleen McGuigan at colleen.mcguigan@gsa.gov or 773-707-3182 for further details.