General Services Administration (GSA) seeks to lease the following space:
State: NE
City: Omaha
Delineated Area:
North: Fort Street to Military Avenue to 72nd Street to Crown Point Avenue to Hartman Avenue to N. 60th Street to Fort Street to Sorenson Pkwy to North Freeway 75 to Ames Avenue to N. 16th Street to Locust Street to N. 23rd Street E.
East: N. 23rd Street E. to the Missouri River to E. Mission Avenue.
South: North Mission Avenue to Lincoln Road to Galvin Road S to Harlan Drive turning into Highway 370 to S 144th Street/Highway 50 to S. 144th Street to N. 144th Street to Fort Street.
West: S. 144th Street/Hwy. 50 to S. 144th Street to N. 144th.
Minimum Sq. Ft. (ABOA): 17,411
Maximum Sq. Ft. (ABOA): 18,280
Space Type: Office
Parking Spaces (Total): 3
Parking Spaces (Surface): 3
Parking Spaces (Reserved): 3
Full Term: 15 Years
Firm Term: 10 Years
Option Term: 1-5 Year Option
Additional Requirements:
- Cannot be located within 300 walkable feet of schools, churches, homeless shelters, drug treatment facilities and dispensaries.
- At least one dual port EV charging station for the exclusive use of the government as part of the three reserved onsite parking spaces.
- Local code for parking still apply.
- Parking spaces commercially available within 1 block, not to exceed ¼ mile.
- Up to two consecutive floors are acceptable, a minimum of 8,404 SF must be one of those floors for public use.
- Offered space shall provide for a configuration that will allow for an efficient layout of the requires adjacencies for the agency needs of space for public access, offices, workstations, and special use spaces (file rooms, assembly areas, copy rooms, storage rooms, etc.).
- Space which shall be located in a prime commercial/business office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Offered space must be located in a professional office setting and not within strip malls.
- The successful Lessor, at the Lessor’s cost and expense, shall obtain LEED Certification for Commercial Interiors (LEED-CI) for existing buildings or Green Globes SI.
- Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award unless the offered space meets a statutory exception.
- A loading area with double doors or an overhead door must be available in the building in which the space is offered for the handling of pallet sized loads. The loading area is not required to be above-grade.
- Offered space must have the ability to separate the public entrance from an employee entrance.
- One or more public bus lines usable by tenant occupants and their customers shall be located within the immediate vicinity of the building, but generally not exceeding a safe walkable 1/3 mile, as determined by the LCO. Bus stops to occur on a regular, frequent basis (schedule required to be provided. It must show location and frequency of bus stops).
- The proposed Tenant will have a high volume of visitors (up to approximately 250 per day).
- Subleases will not be considered.
- A detention facility cannot be within 1,000 feet of the offered space.
- The space offered cannot be co-located with law-enforcement agencies in the same building.
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: March 14, 2025
Occupancy (Estimated): June 1, 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 (RLP) Number: 3NE0160
Government Contact Information (Not for Offer Submission)
Frank Whiting - Lease Contracting Officer
Phone: (816) 446-4909
Email: Frank.Whiting@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.
An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.