GOV'T Lease; Office Space; Enid Oklahoma- R-9OK2170
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: Sep 01, 2022 11:31 am EDT
- Original Response Date: Sep 08, 2022 06:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fort Worth , TX 76102USA
Description
RLP Procurement Summary GSA Public Buildings Service
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: OK
City: Enid
Delineated Area: City Wide
Minimum Sq. Ft. (ABOA): 1,900
Maximum Sq. Ft. (ABOA): 1,900
Space Type: Office
Parking Spaces (Total): On-site parking should meet the local code
Parking Spaces (Surface): 0
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 0
Full Term: 10
Firm Term: 5
Option Term: NA
Additional Requirements: Go/No-Go – Location:
Space must be located in a commercial
office district with a prevalence of modern
design and/or rehabilitation in modern use.
Space should have no history of prior
heavy industrial use and should not be
located immediately adjacent to railroad
tracks.
Shopping center/strip mall type properties
should only be considered in the complete
absence of available conventional
commercial office space.
Location should be convenient to the
visiting public with free or economical
parking and public transportation access
located within walking distance.
Go/No-Go – Building/Space Layout:
Office space must be contiguous, located
on one floor without being split by a public
corridor.
Ground floor spaces are regarded as
preferable for Assistance Center
09/2020
operations, but ground floor preference will
not take precedence above the overall fit
and quality of the space and cost factors.
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/tenant walls and other
permanent building walls, size and number
of columns in the space, column
placement/spacing , window size and
placement, electrical and telephone
accessibility, and any angles, curves, or
offsets that may hinder an efficient use of
space.
Spaces with windows are generally
preferable to those with no windows and
can mitigate employee complaints and/or
potential Labor Union resistance to a
space.
Property should be adequately lighted
outside at night for the safety of employees
entering or leaving before sunrise or after
sunset and to dissuade property crimes
and/or trespassers.
Building should have onsite or nearby
professional maintenance and/or building
management to attend to routine
maintenance issues and ensure the
conditions of the full-service lease are met
in a timely manner.
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
09/2020
Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-
Case-2019-009/889_Part_B.
Offers Due: 9/8/2022
Occupancy (Estimated): 1/5/2023
Send Offers to: https://lop.gsa.gov/rsap/
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:
Solicitation (RLP) Number 9OK2170
Government Contact Information (Not for Offer Submission)
Role Phone Email
Lease Contracting Officer Thomas Roberts thomas.roberts@gsa.gov
Project Manager Shelli Patterson Shelli.patterson@gsa.gov
vNote: Entities not currently registered in the System for Award Management
(SAM) are advised to start the registration process as soon as possible.
Attachments/Links
Contact Information
Primary Point of Contact
- Thomas Roberts
- thomas.roberts@gsa.gov
- Phone Number 8175852704