General Services Administration (GSA) seeks to lease the following space.
ID: 0NC2145Type: Presolicitation
Overview

Buyer

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

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals to lease approximately 38,118 ABOA square feet of office space in Wilmington, North Carolina, with a lease term of 15 years, including a firm term of 13 years. The procurement aims to secure a modern facility that meets specific requirements, including a minimum of 79 reserved parking spaces, adherence to security and environmental standards, and compliance with seismic safety regulations. This opportunity is crucial for providing government personnel with a secure and efficient workspace, reflecting the federal commitment to maintaining high operational standards. Proposals are due by November 15, 2024, and interested parties can contact Tim Mazzucca at timothy.m.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is issuing a Request for Lease Proposals (RLP) for the procurement of approximately 38,118 ABOA square feet of leased space in Wilmington, NC, with proposals due by November 15, 2024. The government seeks a modern building with specific requirements, including a minimum of 79 reserved parking spaces, adherence to security standards, and compliance with environmental regulations. The lease term is 15 years, with a firm term of 13 years and government termination rights. Proposal evaluations will consider various factors, including layout efficiency, neighborhood amenities, and compliance with seismic safety standards. Preference will be given to historic properties, along with adherence to the Energy Independence and Security Act’s energy efficiency standards. The document outlines detailed instructions for submission, including completion of required forms (GSA Form 1217 and Form 1364) through an online platform. The RLP emphasizes environmental assessments, accessibility, and fire protection compliance, ensuring that the selected property meets the federal government’s operational requirements while contributing to sustainability goals.
    This document outlines a lease agreement between the Lessor and the U.S. Government, specifically through the General Services Administration (GSA). The lease is for a premises designated for government use, with a term of 15 years, including 13 years firm. Key provisions include the description of the leased space, concessionary rent terms, adjustments for tenant improvements, and rights related to property use, such as adequate parking. The Lessor is obligated to provide all necessary improvements, including adherence to construction standards and compliance with various regulations. Additionally, rental payments will include shell rent, operating costs, and fees for tenant improvements, which can be amortized. Furthermore, the document addresses termination and renewal rights, detailing how the Government can terminate the lease after the firm term with proper notice and outline potential adjustments to rent based on actual occupancy and operating costs. Overall, this lease serves as a legally binding framework for the use of government facilities, ensuring compliance, operational integrity, and fiscal responsibility.
    The Request for Lease Proposals (RLP) No. 0NC2145 outlines specific procedures for submitting proposals to lease federal property, emphasizing the sensitive nature of the accompanying documents not accessible on SAM.gov. Interested offerors must request access to these sensitive exhibits by emailing designated GSA representatives, Lindsey Stegall and Tim Mazzucca. Upon verification of the requester's legitimate business need, the Lease Contracting Officer's designee will separately provide the necessary information. It is crucial to note that proposals lacking RLP Exhibit B and RLP Exhibit L will be deemed non-responsive and rejected from consideration. This process reflects the government's meticulous approach to ensure compliance and security in leasing agreements, highlighting the importance of adhering to specified guidelines within federal RFP frameworks.
    The document outlines the security requirements for federal facilities classified under Facility Security Level II, detailing the responsibilities of the lessor and the government. It emphasizes the need for key security measures including access control, visitor identification, and the safeguarding of critical areas. The lessor is required to implement various physical security systems, such as a Video Surveillance System (VSS) and Intrusion Detection System (IDS), with ongoing maintenance and testing protocols to ensure efficacy. Key provisions include design specifications for facility entrances, common areas, landscaping, and parking, along with guidelines for cybersecurity protocols to prevent unauthorized access to building control systems. The document also mandates a construction security plan and directs cooperation with facility security committees to address evolving security needs and emergencies. The overall goal is to establish a secure environment that protects government personnel and sensitive operations, emphasizing the collaboration between the lessor and the government in maintaining that security throughout the lease duration.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property, detailing critical guidelines for offerors participating in government procurements. Key topics include the definitions of terms related to proposal submissions, required documentation, amendment and modification processes, and evaluation criteria for lease awards. Offerors must submit proposals under prescribed conditions, including the acknowledgment of amendments, the potential for discussions, and the timeliness and acceptable formats for submissions, such as facsimile. Additionally, proposals can include requests for confidential data handling and necessary certifications of compliance with equal opportunity and supply chain security standards. The government reserves the right to reject any proposal and to disclose specific information about awards during debriefings. Overall, these provisions ensure transparency, fair competition, and adherence to federal regulations, emphasizing the importance of compliance in the procurement process for leasehold interests.
    The document outlines general clauses pertaining to the acquisition of leasehold interests in real property, specifically for government contracts and leases. It consists of multiple clauses categorized under general provisions, performance, payment, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, and cybersecurity. Key provisions include definitions referencing federal regulations, stipulations on subletting, maintenance obligations for the lessor, requirements for prompt payment, and compliance with applicable laws. Additionally, it emphasizes accountability and ethical conduct by establishing standards related to conflicts of interest, anti-kickback measures, and equal opportunity employment practices. It also addresses provisions for payment adjustments regarding illegal activities and outlines necessary conditions for inspecting, maintaining, and accepting a leased space. Overall, the purpose of the document is to govern federal leasing agreements, ensuring compliance, ethical standards, and protection against default, while facilitating government access to leased spaces and services. This structure reflects the need for transparency and adherence to legal requirements in federal procurement processes, particularly in the context of requests for proposals (RFPs) and grants.
    The document begins with a technical issue regarding the inability to display the intended content. It suggests downloading the latest version of Adobe Reader for proper access. Key points in the context of government RFPs and federal grants are implied rather than explicitly mentioned due to the lack of detailed content. The reliance on modern technology for document accessibility highlights the importance of having the correct tools for reviewing governmental paperwork, reflecting on the broader significance of clarity and ease of access in federal and local procurement processes. Overall, the document serves as a reminder of the necessity for stakeholders to be equipped with the right resources to engage effectively with government proposals and grants, ensuring comprehensive participation in the funding process.
    The document is the "Lessor's Annual Cost Statement," which is utilized by the General Services Administration (GSA) for evaluating lease proposals related to government rentals. It outlines the estimated annual costs of services and utilities provided by the lessor as part of the rental agreement. Key sections detail costs for maintenance services, including cleaning, heating, electrical, plumbing, and miscellaneous expenses. The document also differentiates between costs for the entire building and specifically for the government-leased area. Lessor certifications are required to attest to the accuracy of the cost estimates entered. Additionally, it collects costs essential for determining fair market value, including real estate taxes and insurance premiums. The structure requires lessors to provide detailed financial estimates and adhere to specified calculations regarding space measurement for lease agreements. This aligns with GSA's policy of ensuring rental charges are consistent with local market rates, aimed at optimizing government property leasing strategies.
    The document outlines the Fire Protection and Life Safety Evaluation requirements for office buildings under the General Services Administration (GSA). It consists of two parts: Part A for spaces below the 6th floor, requiring completion by the Offeror or their representative, and Part B for spaces on or above the 6th floor, completed by a licensed professional engineer. The evaluation focuses on compliance with building and fire codes, including life safety measures based on NFPA guidelines. Key components include assessing automatic fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevator safety features. The assessment also addresses building occupancy classifications, means of egress, vertical openings, and overall fire safety conditions. Upon completion, both parts require signatures confirming the accuracy of the reported information, with Part B necessitating a detailed narrative report that identifies deficiencies and suggests corrective actions. The document is crucial for ensuring public safety and adherence to regulatory standards when offering space to the government, reflecting the stringent requirements involved in federal RFPs and grants related to infrastructure safety and compliance.
    The document outlines the seismic compliance requirements for buildings offered as part of federal leasing agreements. It presents several forms (A through F) that must be completed by Offerors or their engineers to confirm adherence to RP 8 standards, pertaining to seismic safety in federally owned and leased buildings. Form A certifies seismic compliance for benchmark buildings, while Form B assesses existing buildings against life safety standards using ASCE/SEI methodologies. Forms C, E, and F pertain to commitments regarding retrofitting existing buildings or constructing new ones, detailing required engineering oversight and design codes. Form D allows Offerors to claim exemptions based on specific criteria related to building size and seismic risk areas. Each form must be accompanied by supporting documentation and signed by a licensed engineer. The emphasis is on ensuring structural safety through rigorous assessment and compliance with established seismic regulations. This process reflects the federal commitment to maintaining safe and reliable building standards for government operations.
    The document outlines the wage determination for a construction project in New Hanover County, North Carolina, as per General Decision Number NC20240009. It imposes minimum wage requirements aligning with the Davis-Bacon Act and references Executive Orders 14026 and 13658, mandating pay rates for contractors on applicable contracts. For work performed in 2024, workers must receive either $17.20 or $12.90 per hour, depending on the contract's date and terms. A detailed list of wage rates for various classifications, including trades such as ironworkers, pipefitters, and electricians, is also provided, alongside fringe benefits. Notably, the document emphasizes obligations for paid sick leave under Executive Order 13706, entitling workers to paid time off for health-related issues. Additionally, the document addresses procedures for appealing wage determination decisions, underscoring compliance with labor standards. This wage determination is crucial for federal construction contracts, ensuring proper compensation and worker protections while adhering to applicable labor laws. The overall purpose is to guide contractors and subcontractors involved in federally funded construction projects to maintain compliance with prevailing wage standards and labor regulations.
    The document provides a representation form related to the procurement of telecommunications and video surveillance services concerning compliance with regulations in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It outlines the requirements for Offerors, emphasizing the need to disclose whether they provide or use covered telecommunications equipment or services. Offerors must conduct reasonable inquiries and provide specific details about the entities and equipment involved if they affirm reliance on such equipment. The primary prohibitions prevent government agencies from procuring any product that uses covered telecommunications as a critical component. Procedures ensure Offerors check the System for Award Management (SAM) for excluded parties. Disclosures require clear identification of the equipment and services, demonstrating adherence to the aforementioned prohibitions. Overall, it signifies the government’s commitment to ensuring that telecommunications procurement avoids security risks associated with certain technologies.
    Similar Opportunities
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, DE
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, Delaware, with a minimum and maximum requirement of 14,960 ABOA square feet. The leased space must be contiguous on one floor, located on the second floor or higher, and include 38 secured parking spaces, with specific requirements for two of those spaces. This procurement is essential as the government is considering alternative spaces due to the expiration of its current lease, and it will evaluate options based on cost-effectiveness and compliance with various safety and accessibility standards. Interested parties must submit their Expressions of Interest by October 18, 2024, to Brian Hopkins at CBRE, with occupancy anticipated by August 26, 2026.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Greensboro, North Carolina, with specific requirements for the facility. The GSA requires a contiguous space of 11,422 to 11,993 square feet, located on the second floor or higher, and must include 36 surface parking spaces. The facility must meet various security and accessibility standards, including the capability to accommodate Facility Security Level III requirements and must not be located within a floodplain. Interested parties must submit their expressions of interest by October 24, 2024, with an estimated occupancy date of November 2026. For further inquiries, contact Timothy M. Mazzucca or Lindsey Stegall at the GSA via email or phone.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charleston, South Carolina, with specific requirements outlined for potential offers. The GSA requires a contiguous space of 15,444 square feet located on the second floor or higher, with a minimum column spacing of 20 feet, and must be situated in a modern building constructed of durable materials. This procurement is crucial for accommodating government operations while ensuring compliance with fire safety, accessibility, seismic, and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with occupancy anticipated in July 2026. For further inquiries, contact Timothy Mazzucca at timothy.m.mazzucca@gsa.gov or 202-652-4199.
    THE U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 4,354 ANSI/BOMA OFFICE AREA SQUARE FEET OF OFFICE SPACE IN STATESVILLE, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 4,354 ANSI/BOMA office area square feet of office space in Statesville, North Carolina. The space must meet specific requirements, including secured parking, compliance with fire safety, accessibility, seismic, and sustainability standards, and must not be located in the 1-percent-annual chance floodplain. This procurement is essential as the U.S. Government currently occupies a lease in the area that is set to expire, and the GSA is exploring economically advantageous alternatives. Interested parties should contact Mikki Hutchins at francis.hutchins@gsa.gov or Kenneth Day at kenneth.day@gsa.gov for further details, with the lease term expected to be 120 months and a firm term of 60 months.
    US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN CHARLOTTE, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Charlotte, North Carolina, with a requirement for a minimum of 21,612 ABOA square feet. The space must be located in the Central Business District of Charlotte, featuring modern amenities, structured parking, and accessibility to public transit, while adhering to specific security, fire safety, and environmental standards. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, with proposals due by October 8, 2024, and an estimated occupancy date of January 1, 2026. Interested parties can contact Raquel Howard at raquel.howard@gsa.gov or Derek Sanders at derek.sanders@gsa.gov for further information.
    General Services Administration (GSA) seeks to lease space in Charlotte, NC
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Charlotte, North Carolina, specifically within a delineated area defined by Highway 85 to the north, South Boulevard to Highway 277 to the south, Highway 277 and Brookshire Freeway to the east, and Billy Graham Parkway to the west. The requirements include a minimum of 28,700 ABOASF and a maximum of 29,925 ABOASF, with a preference for ground floor space due to high public traffic, and the need for accessibility features such as elevators and security measures. Interested parties must submit expressions of interest by 5 PM EST on October 24, 2024, referencing Project 4NC0353, 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 the following space: Solicitation No. 3SC0173
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a 4,668-square-foot office space in Myrtle Beach, South Carolina, specifically for a federal law enforcement office. The procurement requires a modern building that meets stringent quality and security specifications, including compliance with accessibility, fire safety, seismic, and sustainability standards, while also allowing for efficient office layouts and on-site weapon storage. This opportunity is critical for establishing a secure and functional environment for federal operations, with a lease term of 10 years and a firm term of 7 years. Interested parties must submit detailed property information and maps demonstrating compliance by October 11, 2024, with occupancy anticipated by July 2025. For inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    GSA Seeks Office Space in North Charleston, South Carolina
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in North Charleston, South Carolina, with specific requirements for the location and size of the premises. The GSA requires a minimum of 2,984 square feet and a maximum of 3,000 square feet of office space, which must comply with government standards for fire safety, accessibility, and sustainability, and must not be located in a floodplain. This procurement is crucial for accommodating government operations in a region rich in historical and commercial significance, as highlighted by local landmarks and facilities. Interested parties should submit their expressions of interest by October 8, 2024, with a market survey estimated for November 1, 2024, and anticipated occupancy by January 1, 2025. For further inquiries, contact Willie Acree at willie.acree@gsa.gov or by phone at 404-702-5513.
    Solicitation Posting - The US Government Seeks to Lease the Follwing Space in Statesboro, GA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Statesboro, Georgia, with a minimum of 1,400 and a maximum of 1,750 square feet of usable area. The leased space must be located in a modern office, research, technology, or business park that presents a professional image and adheres to specific security and environmental standards, including compliance with fire safety and seismic regulations. This procurement is crucial for accommodating government operations while ensuring safety and accessibility, with proposals due by October 17, 2024. Interested parties should contact Erik Weiss at erik.weiss@gsa.gov or Raquel Howard at raquel.howard@gsa.gov for further details.
    General Services Administration (GSA) seeks to lease the following space in Panama City, FL:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 4,013 square feet of office space in Panama City, Florida, with a firm term of 10 years and a total lease duration of 15 years. The space must comply with federal, state, and local requirements for safety, security, accessibility, and sustainability, and should not be located in a floodplain. This procurement is critical for providing modern office facilities to support government operations, ensuring compliance with various regulations, including the Energy Independence and Security Act. Interested offerors must submit their proposals through the Requirement Specific Acquisition Platform (RSAP) by the revised deadline of October 11, 2024, at 4:00 PM Eastern, and can direct inquiries to Bryant Porter at bryant.porter@gsa.gov or by phone at 202-624-8515.