Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration (GSA) seeks to lease the following space: 3OK0186

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: May 17, 2024 12:17 pm CDT
  • Original Response Date: Jun 07, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Oklahoma City , OK
    USA

Description

General Services Administration (GSA) seeks to lease the following space:

State: Oklahoma

City: Oklahoma City

Delineated Area:

North: W Sorghum Mill Road

East: N Midwest Boulevard

South: NE 4th Street

West: Highway 74 N

Minimum Sq. Ft. (ABOA): 50,000

Maximum Sq. Ft. (ABOA): 57,000

Space Type: Office and Warehouse

Parking Spaces (Total): 25

Parking Spaces (Surface/Reserved): 25

Full Term: 17

Firm Term: 15

Option Term: N/A

Additional Requirements:

  • Approximately 8,000 ABOA SF of the space shall be office.
  • Offered space shall include approximately 12,500 square feet of wareyard space with an 8-foot fence and gate. Wareyard must be able  to accommodate semi-trucks with trailers.
  • The ceiling height for the warehouse portion of the space shall have a minimum ceiling height of 28 feet.
  • The space shall include, at a minimum, the following loading dock configuration: 3 semi-truck loading docks; 2 box truck loading docks; 1 ramp to drive into the space.
  • All loading docks shall have an awning or sealing mechanism.
  • Offered space must be able to accommodate a generator to maintain the freezer, refrigerated room, and IT closet.
  • Offered space must be able to accommodate a hazardous materials room.
  • The design of the space offered shall be conducive to efficient layout and good utilization.
  • Other typical and special requirements as called for in the Request for Lease Proposals (RLP) package.

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.

Please provide the following basic information and descriptions pertaining to the building you propose for consideration.

All submissions should include the following information:

(1) Name of owner;

(2) Age of building;

(3) Total existing gross square feet, and gross square feet per floor;

(4) Site plan depicting the building and parking;

(5) Floor plan and gross square footage of proposed space;

(6) Identification of on-site parking;

(7) Address or described location of building;

(8) Location on map demonstrating the building lies within the delineated area;

(9) A narrative and map describing proximity of the building to the nearest bus and/or train stop;

(10) Evidence of ownership, if building submitted by owner. Non-Owners (e.g. brokers) must provide evidence of authority granted by property owner to submit the property;

(11) Any information related to title issues, easements, or restrictions on the use of the building; and

(12) Provide expected rental rate per rentable square foot.

Expressions of Interest Due:

June 7, 2024 @ 5:00 pm CT

Market Survey (Estimated):

TBD

Occupancy (Estimated):

TBD

Send Expressions of Interest to:

Name/Title:

Edward “Teddy” Seifert

Address:

2445 M Street NW, Suite 510

Washington, DC 20037

Office/Fax:

315-825-1875

Email Address:

edward.seifert@gsa.gov

Government Contact Information

Lease Contracting Officer

Dusty Griffith

Leasing Specialist

Me'chaela Buford

Broker

Edward “Teddy” Seifert

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 24, 2024 10:55 pm CDTPresolicitation (Original)