General Services Administration (GSA) seeks to lease the following space: Muskogee, Oklahoma
ID: 3OK0189Type: Presolicitation
2 AwardsSep 25, 2025
$17M$16,963,704
AwardeeARROWHEAD MALL LLC Muskogee OK 74401 USA
Award #:GS-07P-LOK01779
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 OFFICE OF LEASINGFORT WORTH, TX, 76102, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    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.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    General Services Administration Office Space Pawnee, Oklahoma
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Pawnee, Oklahoma, with a requirement for 6,867 square feet of space. The lease will be for a full term of seven years, with a firm term of three years, and the offered space must comply with government standards for fire safety, accessibility, seismic, and sustainability, while also being outside the 1-percent-annual chance floodplain. This procurement is essential as the U.S. Government currently occupies a lease in Pawnee that is set to expire, and the GSA is exploring alternative spaces that may be more economically advantageous. Interested parties should submit expressions of interest by December 18, 2025, and can contact Quentin Horn at quentin.horn@gsa.gov or 817-978-0031 for further details.
    General Services Administration Office Space Pine Bluff, Arkansas
    General Services Administration
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    U.S. General Services Administration (GSA) seeking Office Space Fayetteville, Arkansas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease 4,388 ABOA square feet of office space in Fayetteville, Arkansas, as part of its Public Buildings Service initiative. The delineated area for the lease is bordered by Business 77 to the north, North Gregg Ave. to the east, W. Drake St. to the south, and Highway 112 to the west, with specific requirements including six structured parking spaces, secure parking, and a sallyport, while ensuring the location is not near a school or daycare. This procurement is essential for accommodating government operations, as the current lease is expiring, and the GSA will evaluate economic advantages related to relocation costs. Expressions of interest are due by December 26, 2025, with offers required by February 2, 2026, and the estimated occupancy date is June 1, 2027. Interested parties should contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or (817) 201-7519 for further details.
    GSA Seeking Office Space for Lease in Green Bay, WI
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Green Bay, Wisconsin, specifically requiring between 16,597 and 17,470 ABOA square feet of contiguous space. The leased space must be located within a commercial office district, accessible 24/7, and meet various federal standards, including ISC Facility Security Level III and fire safety regulations. This procurement is crucial for accommodating government operations in a modern and secure environment, with offers due by December 24, 2025, at 11:59 PM CST, and occupancy anticipated around June 1, 2027. Interested parties should contact Donald V. Padrnos or Kovas I. Palubinskas for further information and must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP).
    Lease Space in Norcross, GA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for leasing 14,680 ABOA square feet of office space in Norcross, Georgia, under the Request for Lease Proposals (RLP) No. 0GA2181. The lease will have a term of 10 years, including a 5-year firm period, and requires compliance with various standards such as seismic safety, accessibility, and the Energy Independence and Security Act (EISA), often necessitating an ENERGY STAR® label. This opportunity is crucial for providing necessary office space for government operations, and proposals must be submitted electronically via the Requirement Specific Acquisition Platform (RSAP) by January 12, 2026. Interested parties can contact Andrew Moeller at andrew.moeller@gsa.gov or by phone at 816-461-9699 for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4AL0248
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 21,780 ABOA square feet of office space in Mobile, Alabama, for a federal law enforcement agency. The lease will have a full term of 15 years and a firm term of 10 years, requiring 57 on-site secured and reserved parking spaces. The selected space must be located within a delineated area bordered by Beauregard St, N. Water St, Canal St, and Broad St, and must meet specific construction and security standards, including Security Standard Level II and compliance with fire safety, accessibility, seismic, and sustainability requirements. Interested parties must submit expressions of interest by December 22, 2025, with an estimated occupancy date of September 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Samuel Dyson at samuel.dyson@gsa.gov.
    GSA Seeks Office Space in Utica, NY
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Utica, NY, through a Request for Lease Proposals (RLP) No. 5NY0791. The procurement aims to secure 2,788 to 3,075 ABOA square feet of contiguous space for a 15-year lease term, including a 10-year firm period and one 5-year option, with specific requirements for security, accessibility, and compliance with federal regulations. This office space will support federal operations and must meet stringent criteria, including security measures, energy efficiency, and proximity to public transportation. Proposals are due by January 1, 2026, at 5 PM EST, and interested parties can contact Ryan M. O'Hagan at ryan.ohagan@gsa.gov or 617-283-4027 for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    Lease of Office Space within Silver Spring, MD
    General Services Administration
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.