Skip to main content

An official website of the United States government

You have 2 new alerts

US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN CHARLOTTE, NC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Sep 17, 2024 12:57 pm EDT
  • Original Published Date: May 13, 2024 04:37 pm EDT
  • Updated Date Offers Due: Oct 08, 2024 05:00 pm EDT
  • Original Date Offers Due: Jun 07, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 23, 2024
  • Original Inactive Date: Jun 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Charlotte , NC
    USA

Description

   RLP Procurement Summary                                                                                 GSA Public Buildings Service

                                                                   U.S. GOVERNMENT

General Services Administration (GSA) seeks to lease the following space:

State: North Carolina

City: Charlotte

Delineated Area:CBD of Charlotte

Minimum Sq. Ft. (ABOA): 21,612 ABOASF

Maximum Sq. Ft. (ABOA): 21,612 ABOASF

Space Type: Office

Parking Spaces (Total): 49

Parking Spaces (Surface): 23

Parking Spaces (Structured): 26

Parking Spaces (Reserved): 0

Full Term: 15 years

Firm Term: 10 years

Option Term: NA

Additional Requirements:

  • Offered space must be located on:
    • Adajacent floors
    • Above ground floor
  • Offered space should have a minimum of 9ft ceiling.
  • Offered space should be located outside of courthouses or other federal facilities housing law enforcement agencies.

*Should an offered space be located within such a facility, the offered space must be, at a minimum, on a different floor than the law enforcement agencies.

  •  Offered space cannot be co-located with other arresting agencies.

Space must be a walkable ¼ mile to a public transit stop. Space shall be located 1) in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; OR 2) on an attractively-landscaped site containing one or more modern office buildings that are professional and prestigious in appearance with the surrounding development well-maintained and in consonance with a professional image.

The parking-to-square-foot ratio available on site shall at least meet current local code requirements, or, in the absence of a local code requirement, on-site parking shall be available at a ratio of one (1) space for every 200 RSF of Space. 

Adequate eating facilities shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles, as determined by the LCO. 

Other employee services, such as retail shops, cleaners, and banks, shall be located within the immediate vicinity of the Building, but generally not exceeding a driveable 2 miles as determined by the LCO.  Amenities must be existing or Offeror must demonstrate to the Government’s reasonable satisfaction that such amenities will exist by the Government’s required occupancy date.

Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.  A fully serviced lease is required.  Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as 100-year floodplain).

Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).  ).  For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

************************************************************************************************

Offers Due: October 08, 2024

Occupancy (Estimated): January 01, 2026

Send Offers to:

Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.

Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register.  Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.

Solicitation Number: 7NC2156

Government Contact Information (Not for Offer Submission)

Lease Contracting Officer: Derek Sanders | derek.sanders@gsa.gov

Broker: Raquel Howard | Raquel.howard@gsa.gov

******************************************************************************************************

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History