Solicitation (Posting of RLP) - X-The US Government Seeks to lease the following space in Oklahoma City, OK
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159368807992853 |
Posted Date: | Jan 11, 2023 |
Due Date: | Jan 24, 2023 |
Solicitation No: | 9OK2178-1 |
Source: | https://sam.gov/opp/4fb04f4ca7... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 10, 2023 08:49 pm EST
- Original Date Offers Due: Jan 24, 2023 05:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 08, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Atlanta , GA 30303USA
GSA Public Buildings Service
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Oklahoma
City: Oklahoma City
Delineated Area:
North: E 33rd Street/NW 150th
East: Bryant Avenue/N I-35 Service Road
South: NW/NE 23rd Street
West: Highway 74/3/Lake Hefner Pkwy
Minimum Sq. Ft. (ABOA): 14,401 ABOASF Total: (6,051 ABOASF Office; 1,550 ABOASF Lab Space; 6,800 Light Industrial)
Maximum Sq. Ft. (ABOA): 15,841 ABOASF Total: (6,656 ABOASF Office; 1,705 ABOASF Lab Space; 7,480 Light Industrial)
Space Type: Office / Light Industrial / Lab Space
Parking Spaces (Total): 42 on-site parking spaces
Parking Spaces (Surface): 42
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 42
Full Term: 7 Years
Firm Term: 3 Years
Option Term: N/A
Additional Requirements:
Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or off sets that will result in an efficient use of space.
ABOA SF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts shafts, vestibules, public corridors, and public restrooms required by local code.
Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum, or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer. If not a new building, the space offered shall be in a Building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences.
All office and related space must be located on the 1st floor and be in one contiguous block.
The light industrial area must be accessible for vehicle entry at ground level.
The light industrial area of the space (approximately 6,000 SF) must have a minimum 14 ft clear working height, sealed reinforced concrete floor, with a live load capacity of 1,000 lbs per sf. and be equipped with ventilation fans.
Site shall also include a 20,800 SF of secure ware yard storage and parking area with covered parking for specialty vehicles – this is not included in the ABOA square footage above.
Ware yard shall be paved asphalt or concrete at the same location of the governments light industrial space. Ware yard shall be fenced and secured by an 8 ft. high industrial grade, welded wire, mesh fence. The secured parking shall be accessible through a minimum 14-foot-wide cantilever type gate with electronic opener and digital keypad access.
Ware yard must accommodate good, safe, vehicular access and circulation throughout for vehicles pulling trailers that can reach 50’ in total length with central pivot points like truck/boat trailer combinations. Extreme vehicle turns for vehicles to enter the warehouse must be avoided, as boats up to 26’ long on trailers will be frequently parked inside.
Traffic safety and crime are site selection factors. The location must be in a low crime area. Safe site egress and ingress is an important consideration. USGS utilizes large trucks towing boat-trailers and operates day and night in all weather conditions. Traffic conditions including, but not limited to, the posted speed, sight lines, traffic volume, ease of making left turns in and out, and proximity to intersections and railroad crossings will be considered.
Outdoor lighting must be sufficient for safety, and to ensure preventative lighting for GOV vehicles parked overnight in the parking lot.
Normal hours of operation: 6:00 am to 6 pm M-F; offered space must be accessible 24/7.
Janitorial services will be provided during daytime normal business hours.
Other:
Proposed or existing buildings must have access, prior to lease award, to public utilities (gas, water, sewer, fiber optics, electric, etc.) to service the property GSA will occupy.
Not all minimum requirements are reflected in this advertisement. Offered space must meet all Government requirements contained in the Request for Lease Proposal (RLP) and Lease to be issued, including, but not limited to, the Agency Specific Requirements and Facility Security Level requirements by the occupancy date per the conditions of the Lease.
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.
The U.S. Government currently occupies office and related space in a building under a lease in Oklahoma City, OK, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
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: 9OK2178
Government Contact Information
Lease Contracting Officer: Jaquolene Forys
GSA Project Manager: Will Beaver
Broker: Erik Weiss
Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
- CENTER FOR BROKER SERVICES 1800 F STS NW
- WASHINGTON , DC 20405
- USA
- Erik Weiss
- erik.weiss@gsa.gov
- Phone Number 4045040018
- Chris Purpura
- chris.purpura@gsa.gov
- Phone Number 4045040229
- Jan 10, 2023 08:49 pm ESTSolicitation (Original)
- Jan 06, 2023 11:58 pm EST Presolicitation (Inactive)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.