Skip to content
General Services Administration

Lease of Office Space in Long Island, New York - Request for Lease Proposals (RLP) #25REG02 - Office Space

Solicitation: 6NY0732
Notice ID: f33d3085f5d747eba89f7d82ad41705e
TypeCombined Synopsis SolicitationNAICS 531120PSCX1AADepartmentGeneral Services AdministrationAgencyPublic Buildings ServiceStateNYPostedMar 16, 2026, 12:00 AM UTCDueApr 08, 2026, 12:30 AM UTCCloses in 23 days

Combined Synopsis Solicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: NY. Response deadline: Apr 08, 2026. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,678,152,511
Sector total $1,742,622,613 • Share 96.3%
Live
Median
$2,786,255
P10–P90
$1,170,843$9,913,440
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.3%
share
Momentum (last 3 vs prior 3 buckets)
+2069%($1,530,250,303)
Deal sizing
$2,786,255 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Hempstead, New York • United States
State: NY
Contracting office
New York, NY • 10278 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260002 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
+91 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 91 more rate previews.
Davis-BaconBest fitstate match
NY20260002 (Rev 1)
Open WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+90 more occupation rates in this WD
Davis-Baconstate match
NY20260017 (Rev 1)
Open WD
Published Jan 30, 2026New York • Westchester
Rate
HANDLER (Duties limited to preparation, wetting, stripping, removal, scraping, vacuuming, bagging and disposing of all insulation materials whether they contain asbestos or not from mechanical systems)
Base $46.62Fringe $49.30
Rate
Insulator/asbestos worker (Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical sytems)
Base $46.62Fringe $49.30
Rate
BOILERMAKER
Base $68.88Fringe $49.83
+82 more occupation rates in this WD
Davis-Baconstate match
NY20260008 (Rev 1)
Open WD
Published Jan 30, 2026New York • Cattaraugus, Chautauqua, Erie
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (include application of all materials, protective coverings, coatings, and finishings to all types of mechanical systems)
Base $37.65Fringe $30.69
Rate
HAZARDOUS MATERIAL HANDLER
Base $34.15Fringe $26.09
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+77 more occupation rates in this WD
Davis-Baconstate match
NY20260004 (Rev 1)
Open WD
Published Jan 30, 2026New York • Broome, Chenango
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+56 more occupation rates in this WD

Point of Contact

Name
Bena Parker Courville
Email
bena.courville@gsa.gov
Phone
3472370950
Name
Kaitlin Labatt
Email
kaitlin.labatt@gsa.gov
Phone
(332) 268-5260

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS R2 OFFICE OF LEASING
Office
Not available
Contracting Office Address
New York, NY
10278 USA

More in NAICS 531120

Description

This advertisement is hereby incorporated into the Request for Lease Proposal (RLP) #25REG02 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: Western Long Island area 
  • State: New York
  • Delineated Area (See Delineated Area Map Attached): 
    • North: Route 25A
    • East: Route 110
    • South: Route 27
    • West: Cross Island Parkway / Belt Parkway 
  • Minimum ABOA Square Feet:  5,421
  • Maximum ABOA Square Feet: 5,692
  • Space Type: Office
  • Parking:
    • Official Government Vehicles: 7 reserved, secured, on-site parking spaces
  • Lease Term: 15 years, 13 years firm
  • Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital. 

 

AGENCY UNIQUE REQUIREMENTS

  1. Tenant Improvement Allowance: $63.67 per ABOA SF
  2. Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF
  3. A commuter rail, light rail, subway, or bus stop shall be located within the immediate vicinity of the Building, but generally not exceeding a walkable ½ mile, as determined by the LCO.
  4. Contiguous space is desired. 
    1. If only non-contiguous space is available, the Government may consider one block of 1,624 - 1,705 ABOA SF and one block of 3,797 - 3,987 ABOA SF within the same building at its sole discretion.
  5. Space Layout (See Space Breakdown Attached) :
    1. Block 1: 1,624 - 1,705 ABOA SF includes
      1. Office and Office Support Space: Minimum 1,092 ABOA SF for 8 private offices 
      2. Server Room: Minimum 182 ABOA SF with 24/7 cooling
      3. Special Space: Minimum 350 ABOA SF 
        1. 1 evidence room
        2. 1 weapons room
    2. Block 2: 3,797 - 3,987 ABOA SF includes
      1. Office Space: minimum 2,139 ABOA SF
        1. 9 private offices
        2. 14 open workstations 
      2. Office Support Space: minimum 1,658 ABOA SF
        1. 1 reception area
        2. 3 training / conference rooms 
        3. 1 file room, 1 copy room, 1 storage room, 1 break room 
  6. Space Condition: The Government is seeking move-in ready / second-generation office space requiring minimal construction. This is intended to reduce TI cost impact and support the required post award schedule.
    1. 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. 

7. 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. 

     A. Submittal Requirements: The Government will evaluate these items for schedule compliance/feasibility as part of technical acceptability.

          i. Schedule Feasibility Narrative: 

               1. As part of the offer, please include 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.

               2. 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. 

          ii. Evidence of Capability: 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.  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).

     B. 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. 

     A. 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 must be submitted no later than April 7, 2026 (closes at 8:30PM EST)

Please include the following deliverables with your offer:

  1. Post Award Schedule Feasibility Narrative
  2. Photos of offered space
  3. PDF and CAD floor plan of offered space
  4. 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.