US GOVERNMENT WANTS TO LEASE OFFICE SPACE IN MUSKOGEE, OK
ID: 3OK0189Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CENTER FOR BROKER SERVICESWASHINGTON, DC, 20405, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 10:00 PM UTC
Description

The General Services Administration (GSA) is seeking proposals for the lease of office space in Muskogee, Oklahoma, under Request for Lease Proposals (RLP) No. 3OK1089. The government requires a space ranging from 18,231 to 18,500 ABOA square feet for a lease term of 15 years, with a firm commitment of 10 years, and specific requirements for security, accessibility, and environmental considerations. This procurement is essential for accommodating federal operations and ensuring compliance with safety and security standards, particularly in proximity to a U.S. Courthouse. Interested lessors must submit their proposals by April 24, 2025, and can contact Jason Lichty at jason.lichty@gsa.gov or Spencer Parsons at spencer.parsons@gsa.gov for further information.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The document outlines the terms and conditions of a Lease Agreement between a Lessor and the Government of the United States, facilitated by the General Services Administration (GSA). It details the leasing of premises, including the defined space and appurtenant rights, the lease term of 15 years with a firm 10-year period, and associated rental costs. Rental payments are structured with specific details on shell rent, operating costs, tenant improvements, and adjustments related to real estate taxes and occupancy. Key provisions include the Government's obligations for timely notice of termination rights and processes for essential alterations throughout the lease term. Elements such as parking arrangements, adjustments for taxes during the lease, penalties for late payments, and responsibilities for building improvements are also addressed. The documentation emphasizes adherence to regulations and reporting requirements, reflecting the structured approach governing federal leases, which ensures compliance with fiscal accountability and service expectations while maintaining operational efficiency. The Lease is designed to provide the Government secure premises conducive to public service functions, thereby underscoring the importance of clear contractual obligations in public sector transactions.
Mar 24, 2025, 9:05 PM UTC
The U.S. Courts Design Guide serves as a comprehensive framework for the design, construction, and renovation of federal court facilities. Authored by the Judicial Conference of the United States (JCUS) and revised in March 2021, it aims to provide judges, architects, and court administrators with the necessary standards and guidelines to create effective courthouse environments. The guide emphasizes flexibility in design to accommodate the unique needs of different districts, while outlining policies for spatial organization and building security. The document contains 18 chapters, each detailing specific space requirements, adjacency diagrams, and technical specifications necessary for diverse court facilities, from courtrooms to judges’ chambers. Additionally, it identifies essential design factors, budgetary considerations, and the roles of various stakeholders in the courthouse development process. The guide highlights the importance of collaboration among judges, the General Services Administration (GSA), and architectural teams to ensure that court facilities are both functional and cost-effective. With a focus on life-cycle costs and sustainability, the guide aims to optimize resources and streamline construction efforts. This strategic resource is critical for maintaining the integrity and efficiency of the federal judiciary as it addresses the evolving demands of the justice system while ensuring public access and security in court environments.
Mar 24, 2025, 9:05 PM UTC
USMS Publication 64 (2017 Edition) outlines the U.S. Marshals Service (USMS) requirements for the security of federal court facilities, focusing on the construction, renovation, and upgrade of security systems. The document emphasizes a collaborative approach among federal agencies, including the General Services Administration (GSA) and the Department of Homeland Security, to ensure courthouse safety. Key sections cover compliance with security standards, project management guidelines, and design requirements for new courthouses, including perimeter and interior security measures. Specific guidance includes requirements for security system design, perimeter controls, including barriers and surveillance, and methods to manage potential threats. The publication serves as a comprehensive manual for federal facilities, ensuring that architectural and engineering firms follow stringent security protocols. Furthermore, it outlines roles for the Judicial Security Division and the National Physical Security Contractor, focusing on physical access control and emergency response systems. This manual is critical for aligning courthouse construction projects with federal security policies and maintaining judicial integrity while accommodating efficient court operations.
Mar 24, 2025, 9:05 PM UTC
The document outlines security requirements for federal government facilities classified as Facility Security Level II, emphasizing essential infrastructure needs during the leasing process. It stipulates that the lessor must ensure robust access control systems, securing of critical areas, and measures for screening visitors and managing public access. Specific guidance includes the protection of public spaces and landscaping to deter concealment of threats, alongside comprehensive guidelines for video surveillance systems (VSS) and intrusion detection systems (IDS) to enhance safety and monitoring. The lessor is required to maintain a consistent testing and maintenance protocol for installed security systems. Additionally, as cybersecurity considerations are increasingly critical, the document prohibits connections between building systems and federal IT networks, urging adherence to established cybersecurity frameworks. The inclusion of a facility security committee clarifies responsibilities during the lease, ensuring security measures are approved and aligned with government needs. Overall, these measures aim to provide a secure environment for government operations while complying with federal standards and guidelines.
Mar 24, 2025, 9:05 PM UTC
The document outlines solicitation provisions for the acquisition of leasehold interests in real property, emphasizing instructions to offerors, submission rules, and evaluation processes. It defines key terms such as "discussions," "proposal modification," and the conditions for late submissions. Offerors must submit sealed proposals in paper format, acknowledge any amendments, and comply with timelines. The government retains the right to reject any proposal and to conduct discussions with selected offerors in the competitive range. Detailed instructions on modifying, withdrawing, or submitting proposals are provided, including conditions for acceptable late submissions. The document also mandates proper registration in the System for Award Management (SAM) and outlines the Parties' responsibilities during lease execution. The aim is to guide potential offerors through the proposal process effectively, ensuring compliance with federal acquisition regulations while safeguarding sensitive data. Overall, the purpose is to establish clear expectations for managing proposals and leases within government procurement activities.
Mar 24, 2025, 9:05 PM UTC
The document outlines the general clauses related to the acquisition of leasehold interests in real property for federal government contracts, particularly focusing on the responsibilities and obligations of lessors and the government. It includes definitions, subletting and assignment provisions, maintenance requirements, rights to inspect the premises, and payment procedures. Key sections address contract performance standards, including compliance with applicable laws, response to defaults by lessors, and adjustments related to alterations or repairs. Additional clauses cover cybersecurity requirements, such as safeguarding contractor information systems and prohibitions on using specific disallowed entities in contract performance. The document also emphasizes addressing labor standards, such as equal opportunity provisions and regulations surrounding small businesses. Overall, it serves as a comprehensive guide for contractors, detailing what is required to ensure compliance and successful execution of lease agreements within the context of federal procurement processes, thereby facilitating good governance in public contracting.
The document outlined is inaccessible for content review due to an error in displaying its contents. Therefore, a summary cannot be created as the main topic, key ideas, and structural elements remain unknown. To proceed, access to the document's actual content is needed to extract and summarize important information related to federal RFPs, grants, or state/local RFPs. Without this information, it is impossible to fulfill the summary request accurately, highlighting the importance of proper document accessibility for analysis and evaluation.
Mar 24, 2025, 9:05 PM UTC
The Lessor’s Annual Cost Statement, managed by the General Services Administration (GSA), aims to provide a detailed estimate of the annual costs associated with leasing a building to the federal government. The document is divided into two main sections: estimated annual costs of services and utilities provided by the lessor, and estimated annual ownership costs excluding capital charges. Key categories in these sections include expenses for cleaning, heating, electrical, plumbing, air conditioning, and other essential services, with separate considerations for costs applicable to the entire building versus the government-rented area. The file instructs lessors to estimate costs based on actual prior expenses or best estimates, requiring certification of accuracy upon completion. Additional considerations include real estate taxes, insurance, and any management fees. This formal documentation is integral to establishing fair market values for leased government spaces, ensuring compliance with the Paperwork Reduction Act. The GSA emphasizes transparent cost assessment to facilitate consistent rental charges across leased properties.
The GSA Request for Lease Proposals (RLP) No. 3OK0189 for a property in Muskogee, OK, invites offers for a space of between 18,231 and 18,500 ABOA square feet, with proposals due by April 24, 2025. The lease term is set for 15 years, with a firm requirement of 10 years, allowing for government termination rights with prior notice. Key specifications include the need for a secured parking area, specific architectural features, and modern amenities to support agency requirements, particularly related to security, accessibility, and environmental considerations. Unique stipulations mandate that the proposed site must be near a U.S. Courthouse and away from educational facilities. The RLP details eligibility criteria favoring historic properties and outlines various requirements tied to safety, environmental impact, and energy efficiency under federal mandates. Proposals should demonstrate cost-effectiveness and compliance with all outlined standards, emphasizing coordination with GSA's guidelines. The document also includes strict instructions on proposal submission via the Requirement Specific Acquisition Platform, highlighting the process's confidentiality until lease awards.
Mar 24, 2025, 9:05 PM UTC
The document outlines regulations for the Fire Protection and Life Safety Evaluation required for office spaces offered to the government, segmented into two parts based on the floor level of the space. Part A applies to spaces below the 6th floor, requiring completion by the Offeror or their representative, while Part B pertains to spaces on the 6th floor or higher, necessitating a detailed narrative from a licensed professional engineer. Key compliance criteria include adherence to the latest building and fire codes, evaluation of egress systems, and the status of fire protection systems such as automatic sprinklers and alarms. The document emphasizes the strict inclusion of safety measures and the identification of deficiencies in existing safety protocols. Moreover, it mandates a thorough assessment of the building’s safety features and emergency systems, including inspections of exits, fire suppression systems, and elevator safety. Overall, this document serves to ensure that offered office spaces meet required safety standards for government procurement, thereby prioritizing public safety and compliance with applicable regulations.
The document outlines the representation required from Offerors regarding the provision of certain telecommunications and video surveillance services or equipment as specified under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It highlights mandatory steps for Offerors to declare their compliance with prohibitions against using covered telecommunications equipment in federal contracts. Key components include definitions of pertinent terms, a prohibition against procurement, and the need for Offerors to verify their status regarding the use of such equipment. Offerors must complete representations indicating whether they will provide such equipment, with additional disclosure required depending on their responses. Procedures include reviewing a list of excluded parties in the System for Award Management (SAM). It emphasizes that any offer involving covered telecommunications must detail manufacturer information and intended use while ensuring compliance with legal prohibitions. This representation is essential for safeguarding government contracts from potential security risks associated with certain telecommunications services and equipment.
Mar 24, 2025, 9:05 PM UTC
This document outlines the Commission Agreement between a lessor and Savills Inc., representing the General Services Administration (GSA) regarding a lease proposal for office space in Muskogee, OK. The key points include a commission fee of 4.0% of the Aggregate Lease Value, negotiated between the lessor and broker, with half payable upon lease execution and the remaining upon tenant occupancy or lease commencement. The Aggregate Lease Value encompasses initial rental costs, taxes, and adjustments for tenant improvements, while excluding certain abatement and escalations. Both parties agree to confidentiality regarding commission details and indemnify each other against claims from other brokers. This Agreement is comprehensive, superseding all prior communications between the two parties, and is binding upon successors. Any modifications must be in writing and signed by both parties. The document serves as a formal framework for negotiating and executing a lease and ensuring compliance with federal guidelines concerning broker commissions.
Lifecycle
Title
Type
Similar Opportunities
General Services Administration (GSA) seeks to lease the following space:
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of approximately 17,652 ANSI/BOMA square feet of office space in Muskogee, Oklahoma. The lease term is set for 17 years, with a firm commitment of 15 years, and includes provisions for tenant improvements and security upgrades, as well as compliance with various federal regulations regarding safety and accessibility. This procurement is crucial for accommodating federal operations and ensuring that the leased space meets operational needs while adhering to sustainability and safety standards. Interested offerors must submit their proposals by April 10, 2025, and can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Lindsey Stegall at lindsey.stegall@gsa.gov for further information.
General Services Administration; Lease-Office Space Oklahoma City, Oklahoma
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of 14,401 square feet of office, warehouse, lab, and wareyard space in Oklahoma City, Oklahoma. The procurement requires the offered space to meet specific security and facility features, including a minimum warehouse ceiling clearance of 14 feet, 34 parking spaces, and compliance with fire safety and accessibility standards. This lease is crucial for accommodating government operations and ensuring modern, secure, and environmentally compliant facilities. Interested parties must submit their offers electronically via the Requirement Specific Acquisition Platform by February 21, 2025, with occupancy anticipated around June 1, 2026. For further inquiries, contact Zachary Crawford at 817-850-8449 or via email at zachary.crawford@gsa.gov.
General Services Administration Lease : Warehouse - Oklahoma City, OK
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Oklahoma City, Oklahoma, with specific requirements for the facility. The desired space must range from 3,540 to 4,071 square feet, featuring a minimum ceiling height of 14 feet and a heavy live floor load capacity of 100 lbs. per square foot, along with 1.5 acres of outdoor storage for large equipment. This procurement is crucial for supporting government operations and ensuring compliance with fire safety, accessibility, and sustainability standards, while also avoiding floodplain locations. Interested parties should submit expressions of interest by April 30, 2025, with a market survey estimated for May 14, 2025, and projected occupancy by September 1, 2026. For further inquiries, contact Carson Melom-Lemos at carson.melom-lemos@gsa.gov or call 817-978-0351.
US GOVERNMENT SEEKS TO LEASE SPACE IN ROLLA, MO
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office, lab, and warehouse space in Rolla, Missouri, under Request for Lease Proposals (RLP) No. 0MO2177. The required space ranges from 31,891 to 34,277 ABOA square feet, with specific allocations for office, lab, and warehouse functions, and the lease term is set for 20 years, including a firm commitment of 10 years and optional extensions. This procurement is crucial for accommodating federal agencies, including the U.S. Geological Survey and the Mine Safety and Health Administration, ensuring compliance with safety, accessibility, and sustainability standards. Interested lessors must submit their proposals electronically by December 21, 2023, with an anticipated occupancy date of May 15, 2025. For further inquiries, contact Bruce Keyes at bruce.keyes@gsa.gov or call 719-237-5740.
General Services Administration (GSA) seeks to lease office space in Omaha, NE
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically for the Federal Public Defender's office. The procurement requires a contiguous office space ranging from 9,500 to 14,765 ANSI/BOMA square feet, with specific features including three reserved surface parking spaces and compliance with various government standards for safety, accessibility, and sustainability. This opportunity is crucial for providing adequate facilities for legal counsel services to financially disadvantaged individuals facing federal charges. Interested parties must submit their proposals electronically through the Requirement Specific Acquisition Platform (RSAP) by April 18, 2025, with occupancy anticipated by July 1, 2026. For further inquiries, contact Gayle Dunning at Gayle.Dunning@gsa.gov or Nicholas Zabelin at Nicholas.Zabelin@gsa.gov.
Lease of Office Space in Region 3-RLP
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Roanoke, Virginia, under Request for Lease Proposals (RLP) No. 2VA0886. The requirement includes approximately 8,312 ABOA square feet of modern office space, with specific structural and security standards, including 37 reserved parking spaces, for a lease term of 10 years with a 5-year firm period. This procurement is critical for ensuring secure and efficient federal operations, emphasizing compliance with federal regulations such as the Energy Independence and Security Act (EISA) and the National Environmental Policy Act (NEPA). Proposals are due by April 18, 2025, at 4 PM EST, and interested parties should contact Michael Palermo at michael.palermo@gsa.gov or Elizabeth McCullough at elizabeth.mccullough@gsa.gov for further details.
The Government is seeking 26,736 ABOA SF of office and related space in Cleveland, OH
Buyer not available
The General Services Administration (GSA) is seeking to lease 26,736 ABOA square feet of office space in Cleveland, Ohio, under Project 4OH0435. The requirements stipulate that the space must be located in a prime commercial office district, be contiguous on one floor with a minimum ceiling height of 10 feet, and include accessible parking and public transportation options. The lease term is set for 10 years, with a firm term of 5 years, and the offered space must comply with various safety and sustainability standards while avoiding proximity to establishments selling alcohol, firearms, or related to drug treatment. Interested parties must submit their expressions of interest by April 11, 2025, with an estimated occupancy date of May 2, 2026; proposals should be directed to Kevin Yates at CBRE via email at Kevin.Yates@cbre.com or by phone at 440-725-6131.
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2351
Buyer not available
The General Services Administration (GSA) is seeking proposals to lease a warehouse space in Capitol Heights, Maryland, with a total area of 162,199 ABOA square feet. The leased facility must include at least four loading docks, dedicated HVAC for office areas, emergency power for server and vehicle operations, and sufficient aisle widths for forklift movement, along with 75 secured parking spaces for various government vehicles. This procurement is essential for meeting the operational needs of the U.S. Government while ensuring compliance with fire safety, seismic, and sustainability standards. Interested parties must submit their expressions of interest by April 14, 2025, with a market survey estimated for May 2025 and expected occupancy by October 2027. For further details, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #25REG07 - Office Space
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Abilene, Texas, under Request for Lease Proposals (RLP) 25REG07. The GSA requires a minimum of 2,886 and a maximum of 2,900 ABOA square feet of office space, with a lease term of 17 years or 15 years, and specific requirements regarding location, accessibility, and security. This procurement is crucial for providing a suitable environment for government operations, particularly in serving veterans, as the space must not be located near establishments that serve alcohol or adult entertainment. Interested offerors should contact Marc Hortinela at marcryan.hortinela@gsa.gov or 817-850-8330, or Sergio Leal at sergio.leal@gsa.gov or 956-371-9730 for further details, and must submit their offers during the designated Open Periods through the Automated Advanced Acquisition Program (AAAP) website.
General Services Administration (GSA) seeks to lease the following space: Beaumont, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Beaumont, Texas, to accommodate a law enforcement agency. The requirements specify a minimum of 12,900 square feet and a maximum of 13,100 square feet, with a full term of 10 years and a firm term of 3 years. The proposed site must adhere to strict location criteria, avoiding proximity to hazardous facilities and certain government agencies, while also meeting fire safety, accessibility, and sustainability standards. Interested parties should submit expressions of interest by April 23, 2025, with a market survey estimated for April 30, 2025, and occupancy anticipated by October 25, 2026. For further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or call 682-816-1625.