Skip to main content

An official website of the United States government

You have 2 new alerts

US GOVERNMENT WANTS TO LEASE OFFICE AND RELATED SPACE IN OKLAHOMA CITY, OK

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 (Updated)
  • Updated Published Date: Jun 08, 2022 12:05 pm CDT
  • Original Published Date: Jul 13, 2018 10:14 am CDT
  • Updated Response Date: Jun 30, 2022 05:00 pm CDT
  • Original Response Date: Aug 02, 2018 11:59 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 01, 2022
  • Original Inactive Date: May 14, 2019
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Oklahoma City , OK
    USA

Description

Advertisement                                                                  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:  Covell Road

East: I-35

South:  I-40

West: N. Council Road

Minimum Sq. Ft. (ABOA): 98,137 ABOASF

Maximum Sq. Ft. (RSF): 115,000 RSF

Space Type: Office and related space

Parking Spaces (Total): 288

Parking Spaces (Surface): 160 Spaces

Parking Spaces (Structured): 128 spaces 

Parking Spaces (Reserved): See above

Full Term: 20 Years

Firm Term: 18 Years

Option Term: N/A

Additional Requirements:

The tenant agency must be the sole tenant of the building.

Site must be configured to provide 2 means of vehicular ingress and egress from the site through 2 main thoroughfares with a separation of a minimum of 200 feet.

The minimum building setback is 100 feet from the perimeter fence and anti-ram barrier to the exterior façade of the Office Building and the Annex. If the 100 foot setback cannot be achieved the offeror must provide alternative security solutions that provide the same level of security as the setback.  Alternative solutions will be evaluated by the Government.

Government owned vehicle (GOVs) parking shall be within the secured perimeter of the site. The parking may be either structured or surface.

Visitor parking must be located outside the secured perimeter fence.

On-site parking must afford 24/7 access, including holidays.

Ready access to all utilities

Location must have convenient access to major traffic arteries, food service establishments and retail services.

A loading dock with accessibility and turnaround maneuvering space for a 72 foot tractor trailer (AASHTO standard vehicle WB-67') is required.

The occupying agency must have unrestricted access and full operational use of the space 365 days per year: 24 hours per day.

The floor plate must be a minimum of 25,000 ABOA SF and a maximum of 40,000 ABOA SF as defined by the American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA Office Area SF). 

Other typical and special requirements will be called for in the Request for Lease Proposals (RLP) package.

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 and replication of tenant improvements, telecommunication infrastructure and non-productive agency downtime.

Offered space must be able to meet Government requirements contained in both Prospectus POK-02-OK22 and in the RLP/Lease to be issued, including but not limited to requirements for fire and life safety, security, accessibility, seismic, energy and sustainability standards per the terms of the RLP and Lease. A fully serviced lease is required.  Offered space shall not be in the 100-year floodplain. 

Expressions of Interest must include the following for each offered block of space:

1)   Building name & address;

2)   Contact information and e-mail address of Offeror’s Representative;

3)   Total ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so, for whom);       

4)   Asking rental rate per ABOA and rentable square foot, fully serviced and inclusive of a GSA warm lit shell.

5)   A description of additional tenant concessions offered, if any;

6)   Date building will be ready for commencement of tenant improvements;

7)   Evidence that the offered space will meet the other specific requirements identified herein;

8)   Offeror’s name and address, and a written statement from Offeror identifying Offeror’s representative and granting authority to provide information on the property;

9)   Provide the column spacing within the building and/or the available leased space;

10)  Provide the minimum finished ceiling height within the building and/or available leased space.

11) Site Plan depicting Building and Parking

12) Identification of on-site parking

13) Location Map depicting offered site is within the delineated area

14) A narrative and map describing offered site proximity to mass transit and transportation routes.

15) Any information related to title issues, easements, and/or zoning restrictions pertinent to the Government’s intended use. 

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.

Expressions of Interest Due: June 30, 2022

Market Survey (Estimated): July, 2022

Initial Offers Due (Estimated): August, 2022

Occupancy (Estimated): March 17, 2024

Send Expressions of Interest to:

Name/Title: Erik Weiss | Executive Managing Director

Transaction Manager (Contractor)

Savills Inc.

Address: 3424 Peachtree Road | Suite 2100 | Atlanta, GA 30326

Office: 404-504-0018

Email Address: erik.weiss@gsa.gov

Government Contact Information

Lease Contracting Officer: Mary Hewson 

Leasing Specialist/Project Manager: Misbawu TK Abdulai

Contact Information

Primary Point of Contact

Secondary Point of Contact





History