GSA is Seeking Office Space for Lease in Marquette, MI
ID: 1MI2231Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 OFFICE OF LEASINGCHICAGO, IL, 60604, 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 office space lease in Marquette, Michigan, specifically for a Probation Office. The requirements include a leased space of 2,595 to 2,750 square feet in a modern building that meets specific design, security, and accessibility standards, as outlined in the U.S. Courts Design Guide and other related documents. This procurement is crucial for providing a secure and functional environment for conducting background investigations and supervising individuals under judicial conditions. Interested offerors must submit their proposals by February 26, 2025, and can contact Donald V. Padrnos at donald.padrnos@gsa.gov or 773.431.1908 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking proposals for a lease of general office space in Marquette, Michigan. The space requirements include a minimum of 2,595 square feet and a maximum of 2,750 square feet, with specific parking needs of five reserved spaces. The location must be entirely on one floor, accessible 24/7, and not co-located with establishments selling alcohol, cannabis, or firearms. The facility must comply with federal, state, and local regulations, meet security standards set by the Federal Protection Service, and accommodate specific design needs such as a private restroom and a secondary egress. The lease shall be for a total term of 15 years, with a firm commitment of 10 years, and needs to avoid floodplain areas. Responses of interest are due by February 4, 2025, and should be directed to the designated Lease Contracting Officer. This presolicitation notice outlines essential criteria and regulations for entities interested in submitting proposals, reinforcing adherence to security and compliance standards.
    The document outlines Lease No. GS-05P-LMI01088 between the Government, represented by the General Services Administration (GSA), and the Lessor. The lease involves the rental of office and related spaces for a period of 15 years, with 10 years firm, detailing terms regarding rent, tenant improvements, and responsibilities of both parties. Key components include stipulations for rent calculations, adjustments based on operating costs, parking allocations, tenant improvement allowances, and renewal and termination rights. The agreement also emphasizes compliance with federal regulations, ensuring improvements meet specific standards. The lease structure comprises several sections, including general terms, conditions, and construction standards, which provide a comprehensive framework for the relationship between the Government and Lessor. This document serves to formalize the conditions under which the leased premises will be used, ensuring adherence to both parties' rights and responsibilities. Its significance lies in facilitating governmental operations while maintaining accountability and transparency in the management of federal assets, reflecting common practices in government RFPs and contracts.
    The document outlines the preliminary program requirements for a proposed Probation Office in Marquette, Michigan, focusing on specific agency needs exceeding standard lease criteria. It specifies various space requirements, including a waiting area with security features, a reception area with break-resistant glazing, office spaces, and essential facilities like interview rooms, breakrooms, and storage areas. Compliance with the US Courts Design Guide is mandatory, ensuring the design adheres to specified accessibility and acoustic standards. The requirement for a separate staff entrance and certain configurations, such as an accessible toilet room, reflects operational efficiency and privacy for staff and clients. The document emphasizes the importance of clear communication with the Lease Contracting Officer in the event of conflicting specifications. Overall, this file serves as a critical outline for contractors participating in the Request for Lease Proposal (RLP) process, reinforcing adherence to federal standards and agency-specific needs for effective space utilization.
    The U.S. Courts Design Guide (Revised 2021) outlines specific design requirements for Probation and Pretrial Services Offices to enhance functionality, safety, and accessibility. Key design aspects include regulated ceiling heights, with a maximum of 10 feet, or 12 feet for those employing alternative workplace strategies. Reception counters featuring break-resistant glazing are mandated, with additional provisions for secure weapon screening and technical capabilities for monitoring the reception area. Facilities for urinalysis testing must accommodate both the offender and supervising officer, ensuring privacy and security with appropriate lock systems and accessibility features. Urinalysis supplies storage, testing labs, and electronic monitoring equipment rooms are also detailed, requiring secure access and specialized finishes for sanitation and safety. Space allocation for various office functionalities, such as shared interview rooms, multipurpose rooms for training, gun locker rooms, and staff breakrooms, is specified, focusing on security, equipment storage, and acoustical separation. The guidelines promote the efficient design of satellite offices, emphasizing local context and operational flexibility. These standards serve as a foundation for federal grants and RFPs, ensuring that probation and pretrial service facilities maintain safety, security, and operational effectiveness.
    The U.S. Courts Courthouse Design Reference Manual outlines the design and operational requirements for Probation and Pretrial Services Offices. The document emphasizes the offices' dual functions: conducting background investigations on federal defendants and supervising released individuals under judicial conditions. Key components include secure storage areas, operational workstations, urinalysis facilities, and public reception spaces. Important design features include restricted access corridors, ballistic glazing for security, and the necessity for acoustically confidential interview spaces. Additionally, the document specifies logistical requirements such as proximity to public entry points and the need for visual monitoring during drug testing procedures. The guidelines serve as a reference for federal RFPs, ensuring that components meet safety, operational, and design standards for efficient functioning within the courthouse environment.
    The document outlines Security Requirements for Government-leased facilities at Facility Security Level II. It specifies essential security provisions that lessors must implement and maintain, including access control, identity verification, screening protocols for common areas, and constraints on visitor access. Critical areas need heightened security measures, with both visible and physical restrictions to safeguard sensitive systems and operations. Significant emphasis is placed on the installation and maintenance of security systems, like Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS), which must be meticulously designed, tested, and monitored in coordination with government representatives. Landscaping and building structures should not obstruct security visibility and must include protective measures against unauthorized access. Additionally, the document addresses cyber security standards, prohibiting connections of facility systems to federal IT networks and mandating a responsive plan for cyber incidents. Overall, these requirements are crucial for ensuring the safety and integrity of government operations, reflecting the federal commitment to safeguarding facilities through rigorous security measures and collaborative planning with lessors.
    The document outlines solicitation provisions for the simplified acquisition of leasehold interests in real property, as dictated by the GSA. It defines key terms, such as "discussions" and "proposal modifications," and sets forth guidelines for proposal submission, including rules around late submissions, proposal revisions, and modifications. Offerors are instructed to acknowledge any solicitation amendments and provide clearly marked data that they wish to keep confidential. The evaluation criteria indicate that the government intends to award the lease to the responsible offeror offering the best value while holding the discretion to reject proposals in the government’s interest. It also specifies the execution of the lease contract and details requirements concerning registration in the System for Award Management (SAM). Lastly, properties within a 100-year floodplain may not be awarded leases unless no practicable alternatives exist. This document serves as a crucial framework for agencies and potential offerors involved in real property leasing to ensure compliance, clarity, and effective communication throughout the tender process.
    The document outlines the general clauses related to the acquisition of leasehold interests in real property under federal government contracts below the Simplified Lease Acquisition Threshold (SLAT). It specifies various provisions, including definitions, maintenance responsibilities, and the right of inspection for leased properties. Key clauses tackle issues such as fire and casualty damage, inspection rights, and obligations of lessors, including maintenance and compliance with applicable laws. The document establishes the government’s rights concerning inspections, maintenance records, and the importance of ensuring properties meet safety standards, particularly regarding hazardous materials and environmental concerns. It also addresses lease defaults by lessors and the government’s remedies, including damages and the ability to deduct costs from rental payments. Furthermore, it incorporates essential Federal Acquisition Regulation (FAR) clauses related to security, contractor responsibilities, and equal opportunity regulations. By ensuring compliance with legal frameworks and maintaining a defined standard for leased properties, the document emphasizes the government's commitment to effective management of federal real estate leases while safeguarding public interests.
    The provided document appears to be a technical alert indicating that the viewer's PDF software is not displaying the intended content. It suggests upgrading to the latest version of Adobe Reader to properly access the document, which is intended to contain information related to federal RFPs, grants, and state and local RFPs. The notice clarifies that the tool being referenced is crucial for viewing documents associated with these governmental processes, emphasizing the necessity of appropriate software compatibility. Additionally, it mentions related trademarks and software assistance resources. The lack of substantive content limits the ability to derive specific topics or detailed insights usually found in RFPs or funding opportunities, as this document fails to present the expected information.
    The document is the Lessor's Annual Cost Statement, a requirement by the General Services Administration (GSA) for lease proposals. It aims to outline the estimated annual costs of services, utilities, and operational expenses associated with leasing a building to the federal government. The form requires detail on various service costs, including cleaning, heating, plumbing, and other utilities, categorized into two sections: costs related to the entire building and those specific to the government-leased area. Additionally, it mandates the inclusion of costs for ownership exclusive of capital charges, such as real estate taxes, insurance, and management fees. The objective is to ensure that lease agreements align with prevailing market rates and that all expenses are clearly documented for approval. Each item requires carefully estimated entries, and the lessor must certify the accuracy of the information provided. This structured approach facilitates transparency and fairness in federal leasing processes.
    The General Services Administration (GSA) prelease form for fire protection and life safety evaluation outlines the requirements for evaluating warehouse buildings proposed for lease by the government. The form is divided into two parts: Part A is for spaces less than 40,000 square feet or located above the ground floor, while Part B is for spaces 40,000 square feet or larger and must be completed by a licensed fire protection engineer. The evaluation focuses on compliance with local building and fire codes, including fire safety systems, means of egress, and automatic fire sprinkler systems. Key components include assessing warehouse characteristics, occupancy classifications, storage configurations, and egress pathways. The document emphasizes the necessity of adhering to the most recent fire and building codes, ensuring proper maintenance of fire safety systems, and documenting potential hazards. Findings must be detailed in narrative reports along with recommendations for any deficiencies. The purpose of this prelease evaluation is to ensure that the offered warehouse space meets federal safety standards before the government can accept the lease. The process is a critical aspect of risk management and compliance within government property leasing, focusing on mitigating fire hazards and ensuring occupant safety in commercial spaces.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," aimed at federal contractors. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring equipment or services utilizing covered telecommunications equipment. The Offeror must ensure they do not provide, or intend to use, such equipment in any capacity under a government contract. Key points include necessary representations that the Offeror must declare, particularly regarding whether they will provide covered telecommunications services. Definitions of critical terms and procedures for compliance are also highlighted, including a requirement for Offerors to conduct a reasonable inquiry about their use of covered equipment. Detailed disclosures are mandated if the Offeror acknowledges the use of such equipment or services. The document stresses safeguarding against potential security risks associated with telecommunications systems, aligning with the broader goal of government contracts to maintain national security and integrity in procurement processes.
    The government document is a Request for Lease Proposals (RLP) from the General Services Administration (GSA) for office space in Marquette, MI, scheduled for submission by February 26, 2025. The RLP outlines the requirements for eligible proposals, focusing on a leased space of 2,595 to 2,750 square feet in a modern building with specific design and accessibility standards. The proposal details cover site layout, neighborhood conditions, security, and sustainability compliance, including energy efficiency standards per the ENERGY STAR program. The selection process emphasizes a price evaluation, with preference for historic properties. Offerors must submit comprehensive proposals, including financial documentation, zoning compliance, and environmental assessments. The process involves initial offer submissions, potential negotiations, and due diligence steps for confirming suitability. Successful offerors must agree to the lease terms and take responsibility for tenant improvements. This RLP reflects government priorities on efficient use of space, sustainability, and compliance with federal leasing standards, ensuring the selected space meets operational and aesthetic criteria while accommodating federal agency missions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2WI0203 U.S. Government Seeks Office Space in Milwaukee, WI
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Milwaukee, Wisconsin, with specific requirements for a space ranging from 10,838 to 11,922 square feet. The desired location must be within a defined area and include eight contiguous parking spaces, while also adhering to government standards for fire safety, accessibility, seismic requirements, and sustainability. This procurement is crucial as the GSA is evaluating alternative spaces due to an expiring lease, considering factors such as relocation costs and potential downtime. Interested parties must submit their expressions of interest by February 18, 2025, with a market survey scheduled for February 27, 2025, and estimated occupancy by April 1, 2026. For inquiries, contact Leasing Specialist Lauren Calamari at lauren.calamari@gsa.gov.
    General Services Administration (GSA) Seeks to Lease Space in Saipan, MP
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Saipan, Northern Mariana Islands, for a term of 15 years, with a firm commitment of 10 years. The required space must be a minimum of 3,977 square feet, located within a delineated area defined by specific geographic markers, and must include two reserved off-street parking spaces that meet accessibility standards. This procurement is essential for ensuring that federal services can be effectively delivered in the region, adhering to government requirements for safety, accessibility, and sustainability. Interested parties should submit their expressions of interest to Michael Cervantes at michael.cervantes@gsa.gov by February 23, 2025, with an estimated occupancy date of May 1, 2027.
    Notice of Intent to Lease Space
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space located on airport property in Detroit, Michigan, specifically at Metro Airport. The procurement requires a minimum and maximum of 4,003 square feet of contiguous office space, with all necessary services, utilities, and tenant alterations included in the rental agreement. This lease is crucial for government operations at the airport and must comply with federal regulations, including safety and accessibility standards, while ensuring the space is not situated in a floodplain. Interested lessors can contact June M. Beecham at June.Beecham@gsa.gov or by phone at 312-636-7485 for further details. The lease term is set for a full duration of 120 months, with a firm term of 60 months.
    General Services Administration (GSA) Lease Opportunity in Greenbelt, MD
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Greenbelt, MD, specifically under RLP No. 1MD2275. The opportunity requires a minimum of 3,279 square feet and a maximum of 3,440 square feet of space, with a lease term of 10 years, emphasizing energy efficiency and compliance with the Energy Independence and Security Act. This procurement is vital for accommodating the Department of Justice's Executive Office for United States Trustees, ensuring that the selected property meets specific security, architectural, and operational standards. Interested offerors must submit their proposals electronically by February 21, 2025, and can contact Gregory Y. Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov for further information.
    Government Seeks Office Space in Toledo Ohio
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Toledo, Ohio, with specific requirements outlined in a presolicitation notice. The desired space should measure between 9,074 and 9,528 square feet, located within a defined commercial area, and must feature modern design while being situated away from residential areas and high-risk establishments such as those selling alcohol or firearms. This procurement is crucial for providing a professional office environment that meets government standards for accessibility, fire safety, and telecommunications compliance. Interested parties must submit expressions of interest by February 18, 2025, with a market survey estimated for March 4, 2025, and anticipated occupancy by August 1, 2033. For submissions, contact Leasing Specialist Chynita Richards at chynita.richards@gsa.gov.
    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 for the United States Bankruptcy Courts and United States Marshals Service in Santa Barbara, California. The procurement requires between 16,219 and 19,279 ANSI/BOMA square feet of contiguous space, with specific design and security requirements, including separate circulation paths for judges and the public, secure parking, and compliance with modern building standards and seismic safety regulations. This opportunity is critical for ensuring functional and secure facilities for judicial operations, reflecting the government's commitment to maintaining effective court infrastructure. Proposals are due by February 16, 2024, and interested parties should contact Lease Contracting Officer William J. Fletcher at William.Fletcher@gsa.gov or (602) 282-1642 for further details.
    GSA is seeking secure parking spaces in Detroit, MI
    Buyer not available
    The General Services Administration (GSA) is seeking to lease structured parking spaces in Detroit, Michigan, as part of its ongoing procurement efforts. The requirement includes a total of 152 parking spaces, with 40 designated as reserved and secure, under a lease term of 10 years, including a firm three-year commitment. This opportunity is crucial for ensuring secure and accessible parking for government operations, adhering to stringent security, fire safety, and sustainability standards, while also being located outside the 100-year floodplain. Interested parties must submit expressions of interest by February 13, 2025, including proof of ownership or authorization to represent the owner, and should direct inquiries to Lease Contracting Officer Donald Padrnos at donald.padrnos@gsa.gov or by phone at 773-431-1908, referencing Notice ID number: 3MI0406.
    General Services Administration (GSA) seeks to lease office space in Salt Lake City, UT
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Salt Lake City, Utah, specifically for the United States Attorney's Office (USAO). The procurement requires a space ranging from 50,194 to 52,704 ABOA square feet, with specific security and operational requirements, including a minimum ceiling height of 9 feet, an enclosed loading dock, and compliance with various safety and accessibility standards. This lease is critical for providing a secure and functional environment for legal personnel, ensuring that the USAO can effectively carry out its mission. Interested parties must submit their offers electronically by February 13, 2025, with occupancy anticipated in August 2026. For further inquiries, contact Mark Pearce at Mark.Pearce@gsa.gov or Dan McGrath at Daniel.J.Mcgrath@gsa.gov.
    The Federal Government is Seeking Information Regarding Office Space in San Juan, PR
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in San Juan, Puerto Rico, with specific requirements for a minimum of 3,918 square feet and a maximum of 4,115 square feet. The lease term is proposed for 120 months, including an initial firm term of 60 months and an option for an additional 120 months, with essential features such as an interview room, 24/7 server room access, a loading dock, and a freight elevator. This procurement is critical as the current lease is expiring, and the GSA is evaluating economically advantageous alternatives while ensuring compliance with government standards for safety and accessibility. Interested parties must submit expressions of interest by January 10, 2025, with market surveys planned for February 10, 2025, and estimated occupancy targeted for October 1, 2026. For further inquiries, contact Jarvis McGrath at jarvis.mcgrath@gsa.gov or call 929-504-3703.
    General Services Administration (GSA) seeks to lease office space in Cle Elum, WA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Cle Elum, Washington, with a focus on acquiring a modern office building that meets specific requirements. The desired space must range from 600 to 1,350 square feet, accommodate two parking spaces, and comply with various government standards, including fire safety, accessibility, and security requirements. This procurement is crucial for ensuring that federal operations in the area are conducted in a suitable and efficient environment. Interested parties must submit their expressions of interest by February 19, 2025, with the estimated occupancy date set for January 31, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or by phone at (925) 790-2124.