Skip to main content

An official website of the United States government

You have 2 new alerts

General Services Administration: Office - lease-warehouse Little Rock, AR

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Nov 20, 2023 12:06 pm EST
  • Original Published Date: Jun 22, 2023 12:50 pm EDT
  • Updated Response Date: Dec 22, 2023 06:30 am EST
  • Original Response Date: Jul 21, 2023 06:30 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 06, 2024
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AZ - LEASE/RENTAL OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Fort Worth , TX 76102
    USA

Description

Presolicitation Notice/Advertisement GSA Public Buildings Service

U.S. GOVERNMENT

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

State:

Ark

City:

Little Rock

Delineated Area:

South: Industrial Harbor Dr to Lindsey Rd to I-440 to Hwy 365 to I-30 to I-630 to
Financial Centre Pkwy to Chenal Pkwy
East: Chenal Pkwy
North: Cantrell Rd, Hwy 10 to N Scott St St to Ottenheimer Plaza to Arkansas River
Trail to Arkansas River
West: Arkansas River

*MAP ATTACHED

Minimum Sq. Ft. (ABOA):

1,500

Maximum Sq. Ft. (ABOA):

1,500

Space Type:

Warehouse

Parking Spaces (Total):

4

Full Term:

10 Years

Firm Term:

8 Years

Option Term:

Additional Requirements:

Dimensions: 225” Length (18’9”) | 81” Width (6’9”) | 80” Height (6’8”) o 6’8” is the maximum height to account for FU w/ external light bar • Wheelbase: 130” • Ground Clearance: 7.5” • Max Step-in Height : 25” • Weight: 10,500 lbs. per vehicle

Physical space, security measures, and floor load are all considerations for storage of DAVs.

Storage locations that provide ceiling height allowance of 6’8” clearance should be sufficient to accommodate a Follow-Up with an external light bar.

The weight of DAVs has increased significantly from legacy armored vehicles. Depending on the year of production (2003, 2007, or 2010), this increase

11/2022

NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.

ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.

NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.

ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.

11/2022


ranges from 1,000 to 2,000 lbs. The weight of the two vehicles (Limo & FU), assuming they are parked side by side, would not exceed 22,000 lbs. (10,500 lbs. per vehicle). For ramp capacity, offices should consider

Long-Term Storage - Defined as storage in or near a USSS office where the DAV is permanently assigned and stored. If DAV storage cannot be collocated at a USSS office, a remote storage location may be utilized. The storage of vehicles at a remote location (i.e. storage at a DoD or Federal building) with enhanced security measures is preferred. If neither are available, a commercial storage location may be utilized. the weight of any additional equipment and personnel that may be in the vehicle.

Action: Choose whether or not a fully serviced lease is required. Also choose 1-PERCENT-ANNUAL-CHANCE floodplain (formerly referred to as “100-year” floodplain) unless requirement is identified by agency as a critical action.

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/0.2-percent-annual chance] floodplain (formerly referred to as [“100-year”/“500-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.

************************************************************************************************

action required:

use this section for pre-solicitation NOTICE/ADVERTISEMENTS seeking expression of interest. DO not use for rlp procurement summary.

Action required: for pre-solicitation NOTICES/ADVERTISEMENTS seeking expressions of interest, insert the following language only for potential sole source succeeding lease actions. Delete for procurement summary page.

do not use for full and open procurements.

note that any figures used for a cost benefit analysis (CBA) must be supportable.

Consideration of “non-productive agency downtime” in a CBA should be rare.

Hidden and Deleted by Macro

Expressions of Interest Due:

12/22/2023

Market Survey (Estimated):

8/21/2023

Occupancy (Estimated):

6/15/2024

Send Expressions of Interest to:

Name/Title:

Quentin Horn Lease Contracting Officer

Email Address:

Quentin.horn@gsa.gov

11/2022

NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.

ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.

NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER’S APPROVAL, PRIOR TO POSTING.

ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE.

11/2022

Government Contact Information

Lease Contracting Officer

Quentin Horn

Project Manager

Roxanne Cancino

Contact Information

Contracting Office Address

  • R7 OFFICE OF LEASING 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA

Primary Point of Contact

Secondary Point of Contact





History