Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to lease an Office in Lawrence, KS

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: Jun 30, 2023 09:46 am PDT
  • Original Published Date: Jun 16, 2023 01:46 pm PDT
  • Updated Date Offers Due: Jul 17, 2023 05:00 pm PDT
  • Original Date Offers Due: Jul 17, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 18, 2023
  • Original Inactive Date: Jul 18, 2023
  • 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:
    Lawrence , KS
    USA

Description

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

State:  Kansas

City:  Lawrence

Delineated Area:

North: 40 hwy to W 6th St.

West: Crestline Dr to Bob Billings Pkwy to Lawrence Ave to W 14th St to Kasold Dr to Clinton Pkwy to Lawrence Ave to W 27th St to 40 hwy to

South: W 33rd St to Ousdahl Rd to W 31st St to

East: Louisiana St to W 17th St to Tennessee St

Minimum Sq. Ft. (ABOA):  8,426

Maximum Sq. Ft. (ABOA):  8,700

Space Type:  Office

Parking Spaces (Total):  25

Parking Spaces (Surface):  20

Parking Spaces (Structured):  N/A

Parking Spaces (GOVs):  5

Full Term:  15

Firm Term:  10

Additional Requirements:

The Office, Upper Air Inflation Building and parking area should be located on approximately 1-3 acres. The office building layout should be no more than twice as long as it is wide with an efficient layout.

1,248 square feet is for an Upper Air Inflation Building-Freestanding with a maximum of 1,000’ from the main office. The clearance radius necessary from the center of the UAIB (between 100-200ft with no obstructions 15ft high or greater), varies according to building orientation and each site will be reviewed individually.

Hardened room or location for shelter-in-place during tornado events. Contiguous and integrated to the office space located on the same floor and at grade.

The “Operations Room” and “Equipment Room” will require 24/7 cooling and a 100% independently redundant HVAC system separate from the base building systems. The facility is required to be connected to an emergency generator.

A Generator with onsite fuel storage capacity with at least 7 days’ worth of fuel and adequate turnaround or loop for large vehicle/truck access.

The agency requires uninterrupted operation and access to the facility.

400 square feet is for an enclosed storage building similar in size to a two (2) car garage with an overheard door, preferred external to the WFO building.

All services, janitorial supplies, utilities, partitioning, and tenant alterations are desired as part of the fully serviced rent.

WFO and UAIB office                  6,778

UAIB                                                  1,248

External Storage                           400

Minimum Total                              8,426

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 0.2-percent-annual chance floodplain (formerly referred to as [500-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: July 21, 2023 

Occupancy (Estimated):  February 1, 2025

Send Offers to:  Electronic Offer Submission:

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:  Solicitation (RLP) Number  1KS2048

Government Contact Information (Not for Offer Submission)

Kristin Schlueter - Lease Contracting Officer

Phone: 816-500-3939

Email: kristin.schlueter@gsa.gov

Elaine Henderson - Leasing Sprecialist

Phone: 816-214-3200

Email: elaine.henderson@gsa.gov

Nicholas Zabelin - Broker Contractor, Carpenter/Robbins Commercial Real Estate, Inc.

Phone: 925-790-2124

Email: Nicholas.zabelin@gsa.gov

Note:   Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.

Contact Information

Contracting Office Address

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

Primary Point of Contact

  • Nicholas Zabelin- Broker Contractor, Carpenter/Robbins Commercial Real Estate, Inc.
  •   nicholas.zabelin@gsa.gov
  •   Phone Number (925) 790-2124
  •   Fax Number (925) 866-1306

Secondary Point of Contact

History