This advertisement is hereby incorporated into the Request for Lease Proposal (RLP) #25REG04 by way of reference as an RLP attachment. The RLP can be found by visiting: https://leasing.gsa.gov/leasing/s/Offer-Resources
The U.S. Government is seeking competitive lease proposals for new and/or continuing leasing opportunities through its online Leasing Portal.
- City: Smyrna area
- State: Georgia
- Delineated Area (See Delineated Area Map Attached): Point of Beginning: Intersection of Route 78 and the Chattahoochee River. West on Route 78 to Route 139 / Floyd Road SW. North on Floyd Road SW to Hicks Road. North on Hicks Road to Austell Road. Northeast on Austell Road to South Cobb Drive. North on South Cobb Drive to Atlanta Street SE. North on Atlanta Street SE to South Marietta Parkway. East on South Marietta Parkway SE to Lower Roswell Road. East on Lower Roswell Road to Johnson Ferry Road. South on Johnson Ferry Road to Chattahoochee River. South on the Chattahoochee River to Route 78.
- Minimum ABOA Square Feet: 6,316
- Maximum ABOA Square Feet: 6,632
- Space Type: Office
- Parking:
- Official Government Vehicles: 10 reserved, secured, on-site parking spaces
- Visitors: 15 unreserved parking spaces
- Offerors must provide evidence of 15 commercially available parking spaces within a walkable 1/4 mile of the proposed building. This parking is intended to serve the needs of the tenant's visitors and their personal vehicles.
- Lease Term: 17 years, 15 years firm
- Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.
AGENCY UNIQUE REQUIREMENTS
- Tenant Improvement Allowance: $56.59 per ABOA SF
- Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF
- Contiguous space is desired. Demising walls are needed to divide the space into two separate functional areas for the agency. Each of these areas must have its own, independent entrance.
- If only non-contiguous space is available, the Government may consider one block of 2,001 - 2,101 ABOA SF and one block of 4,315 - 4,531 ABOA SF within the same building at its sole discretion.
- Space Layout (See Space Breakdown Attached) :
- Minimum of 5,620 ABOA SF, including
- 20 offices (145 ABOA SF each),
- Open office area for 16 cubicles (60 ABOA SF each),
- Two (2) conference rooms,
- One (1) training room,
- Reception area,
- Copier area
- Server Room: Minimum 116 ABOA SF with 24/7 cooling
- Special/Secured Space:
- Grand Jury Room: Minimum 290 ABOA SF
- Equipment Room: Minimum 290 ABOA SF
- Space Condition: The Government is seeking second-generation office space requiring minimal construction. This is intended to reduce TI cost impact and support the required post award schedule.
- Minimal tenant improvements meaning the offered space has an existing office build-out and building systems in place, and the anticipated work is primarily interior improvements (e.g reconfiguration of non-structural partitions, finishes, limited MEP adjustments and device relocations, and associated fire/life safety modifications as needed).
The Government anticipates some construction will be necessary; however, offerors must demonstrate the ability to meet the required Post-Award Schedule to be considered technically eligible for award and as, this is a low price, technically acceptable procurement, the final evaluated price will determine the intended awardee among technically eligible offers.
6. Post Award Schedule: The Government’s required post-award deliverables and timeframes are set forth in ‘Post Award Schedule’ attachment to this solicitation. An offeror's ability to meet the post award schedule requirements is material to this procurement.
- Submittal Requirements: If identified as the Apparent Successful Offeror, the offeror must submit the following items in addition to those required by Section 3.06 of the RLP prior to award. The Government will evaluate these items for schedule compliance/feasibility as part of technical acceptability.
- Schedule Feasibility Narrative:
- A narrative explaining the offeror’s assumptions, resourcing and approach for meeting each ‘Lessor Provided’ post-award deliverable timeframe in the Post Award schedule, including (as applicable) long-lead items, A/E coordination, permitting/approvals strategy, QA/QC reviews and internal review/approval cycles. The narrative must identify key risks and the offeror’s mitigation actions.
- The narrative must identify any anticipated scope items beyond minor reconfiguration/finishes and limited MEP device relocations that could impact the critical path or the Post Award Schedule timeframes and explain how the schedule time frames will still be met.
- Evidence of Capability: Identification of A/E and at least two General Contractors that will participate in the bidding process (or if not yet under contract, a firm plan for engagement and a letter of commitment from the proposed firm(s).
- To be found technically acceptable, the offeror must take no exception to the Post Award Schedule deliverables and timeframes and submit the two items identified above in a manner that provides a credible basis to conclude the Offeror can meet the required deliverable timeframes within the contracting officer’s sole discretion. Failure to submit these items or submission that is materially incomplete/conditional, may result in a finding of “Technically Unacceptable”
7. Furniture: The Government will accept offered space that includes existing systems furniture and furnishings (e.g workstations, private office furnishings, conference tables and chairs) for Government use to help support timely occupancy, at no additional cost to the Government. Furniture is not a requirement of technical acceptability and will not be evaluated for award. Offers that do not include furniture remain fully eligible.
- Condition Standard: Any furniture offered must be clean and in good working order with no significant defects, and available for Government use by occupancy as determined in the Government’s sole discretion. Furniture offered is subject to Government inspection at turnover/occupancy. If the Government will not accept the offered furniture, the Lessor bears the cost to remove it.
HOW TO OFFER
The Leasing Portal (https://leasing.gsa.gov) enables interested parties to offer space to the Federal Government through a secure, web-based process. To participate, register on the site by selecting “Register to Offer Space” and follow the instructions provided. Helpful resources—including instructional guides and video tutorials—are available on the portal under the Resources tab.
Lease award will be made to the lowest-priced, technically acceptable offer without negotiations. Offered space must comply with all applicable Federal, State, and Local jurisdiction requirements, including standards for fire and life safety, accessibility, seismic resilience, and energy efficiency.
OFFER SUBMISSION DEADLINE
Offers may be drafted at any time but only offers submitted between the February 23–27, 2026 (closes 8:00 PM ET) Open Period will be considered.
Please include the following deliverables with your offer:
- Photos of offered space
- PDF and CAD floor plan of offered space
- Proof of authorization to represent the owner, or proof of ownership or control, as applicable
IMPORTANT NOTES
- Please review Section 889 of the FY19 National Defense Authorization Act (NDAA) regarding telecommunications equipment restrictions: https://acquisition.gov/FAR-Case-2019-009/889_Part_B
- SAM registration should be initiated as soon as possible. Refer to RLP Clause 3.06, Item 6.
- Subleases will not be considered.