Lease of Office Space in Long Island, New York - Request for Lease Proposals (RLP) #25REG02 - Office Space
SOL #: 6NY0732Combined Synopsis/Solicitation
Overview
Buyer
General Services Administration
Public Buildings Service
PBS R2 OFFICE OF LEASING
NEW YORK, NY, 10278, United States
Place of Performance
Hempstead, NY
NAICS
Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
PSC
Lease/Rental Of Office Buildings (X1AA)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 16, 2026
2
Submission Deadline
Apr 8, 2026, 12:30 AM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA), through its PBS R2 Office of Leasing, is seeking competitive lease proposals for office space in the Western Long Island area, New York, under Request for Lease Proposals (RLP) #25REG02. The opportunity requires between 5,421 and 5,692 ABOA square feet for a 15-year lease term (13 years firm). Award will be made to the lowest-priced, technically acceptable offer. Offers are due by April 7, 2026, at 8:30 PM EST.
Scope of Work
- Location: Western Long Island area, New York, within a delineated area defined by Route 25A (North), Route 110 (East), Route 27 (South), and Cross Island Parkway / Belt Parkway (West). A commuter rail, light rail, subway, or bus stop must be within a walkable 0.5 mile.
- Space Requirements:
- Minimum 5,421 ABOA SF, Maximum 5,692 ABOA SF.
- Contiguous space is desired, but non-contiguous space may be considered if offered as two blocks: Block 1 (1,624-1,705 ABOA SF) and Block 2 (3,797-3,987 ABOA SF).
- Block 1 includes 8 private offices (min 1,092 SF), a server room (min 182 SF with 24/7 cooling), and special spaces (min 350 SF for 1 evidence room, 1 weapons room).
- Block 2 includes 9 private offices, 14 open workstations (min 2,139 SF), and office support spaces (min 1,658 SF for reception, 3 training/conference rooms, file, copy, storage, and break rooms).
- Parking: 7 reserved, secured, on-site parking spaces for official government vehicles.
- Condition: The Government seeks move-in ready / second-generation office space requiring minimal construction to reduce Tenant Improvement (TI) costs and support the required post-award schedule.
- Financials: A Tenant Improvement Allowance of $63.67 per ABOA SF and Building Specific Amortized Capital (BSAC) of $12.00 per ABOA SF are provided.
Contract & Timeline
- Type: Request for Lease Proposals (RLP)
- Agency: General Services Administration (GSA), Public Buildings Service (PBS) R2 Office of Leasing
- Lease Term: 15 years, 13 years firm.
- Amortization Term: 8 years for both Tenant Improvements and BSAC.
- Post-Award Schedule: A critical 140-working-day schedule from lease award to government acceptance is outlined, requiring a detailed feasibility narrative from offerors.
- Published: March 16, 2026
- Offers Due: April 7, 2026, 8:30 PM EST
Submission & Evaluation
- Submission Method: Offers must be submitted via the GSA Leasing Portal (https://leasing.gsa.gov). Registration is required.
- Required Deliverables: Offerors must include a Post Award Schedule Feasibility Narrative, photos of the offered space, PDF and CAD floor plans, and proof of authorization to represent the owner or proof of ownership/control.
- Evaluation: Award will be made to the lowest-priced, technically acceptable offer. Technical acceptability is contingent on meeting the post-award schedule requirements and providing a credible schedule feasibility narrative.
- Important Notes: Offerors must comply with Section 889 of the FY19 National Defense Authorization Act (NDAA) regarding telecommunications equipment restrictions. SAM registration should be initiated promptly. Subleases will not be considered. Optional existing systems furniture may be accepted at no additional cost if clean and in good working order.
Contact Information
- Primary: Bena Parker Courville (bena.courville@gsa.gov, 347-237-0950)
- Secondary: Kaitlin Labatt (kaitlin.labatt@gsa.gov, 332-268-5260)
People
Points of Contact
Bena Parker CourvillePRIMARY
Kaitlin LabattSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 16, 2026