Skip to main content

An official website of the United States government

You have 2 new alerts

GOV'T Lease-Office; Clinton,OK-1OK2064

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 (Original)
  • Original Published Date: Aug 30, 2022 11:16 am EDT
  • Original Response Date: Sep 07, 2022 06:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Fort Worth , TX 76102
    USA

Description

RLP Procurement Summary GSA Public Buildings Service

U.S. GOVERNMENT

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

State: OK
City: Clinton
Delineated Area: City Wide
Minimum Sq. Ft. (ABOA): 4,197
Maximum Sq. Ft. (ABOA): 4,197
Space Type: Office
Parking Spaces (Total): 39
Parking Spaces (Surface): 39
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 10
Firm Term: 5
Option Term: NA

Additional Requirements: Space must be located in a prime commercial

office district with attractive,
prestigious surroundings with a prevalence of
modern design and/or tasteful
rehabilitation in modern use.
 Space should have no history of prior heavy
industrial use and should not be
located immediately adjacent to railroad
tracks.
 Space shall be located in a professional
office setting and not within close
proximity to residential areas, railroad tracks,
or busy intersections.
 Space should not be located near
establishments within 3 blocks where alcoholic
beverages areas sold, or where there are
tenants related to drug treatment or
detention facilities.
 Space will not be considered where
apartment space or other living quarters are
located within the building.

09/2020
 Space should not be located in the 100-year
floodplain.
 Space should have amenities such as
restaurants and shopping centers within
immediate vicinity.
 Sites which are located directly on a
highway or 6-lane thoroughfare shall not be
considered in the following instances: (1) if the
two directions of traffic are
separated by a physical barrier or traffic
indicator which does not permit access
from either direction within a block; (2) if the
location access is directly from a
highway, unless there is a traffic control device
within two blocks or equivalent
from the proposed office space.
 Subleases will not be considered.
 Locations must be as convenient to the
visiting public as possible.

Go/No-Go - Building/Space Layout:
 Office space must be contiguous, located on
one level without being split by a
public corridor, and located on the ground
floor.
 Space configuration shall be conducive to
an efficient layout. Consideration for
an efficient layout will include, but not be
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 offsets
that will result in an efficient use of space.
Columns must be at least 20 feet
apart (Center to Center) and 20 feet from any
interior wall and be no more than
one foot square.
 The following space configurations will not
be considered: space with atriums or
other interrupting contiguous space; extremely
long or narrow runs of space
irregularly shaped space configurations or
other unusual building features
adversely affecting usage.

09/2020
 Space shall be 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.
 Offered space must meet, or be capable of
being upgraded to meet, Government
requirements for fire safety, accessibility,
seismic and sustainability standards
per the terms of the Lease.
 The proposed leased space shall be fully
serviced.

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 100 year flood plain.
The U.S. Government currently occupies office and related space in a building
under a lease in Clinton, 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.
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.

Offers Due: 9/7/2022
Occupancy (Estimated): 5/29/2024
Send Offers to: https://lop.gsa.gov/rsap/
Electronic Offer Submission:

09/2020
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:
Solicitation (RLP) Number 1OK2064

Government Contact Information (Not for Offer Submission)
Role Phone Email
Lease Contracting Officer Derek Betz derek.betz@gsa.gov
Project Manager Shelli Patterson Shelli.patterson@gsa.go

v

Note: Entities not currently registered in the System for Award Management
(SAM) are advised to start the registration process as soon as possible.

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