The General Services Administration (GSA) is seeking to lease office, warehouse, and parking space in Seminole, Oklahoma, covering a minimum and maximum of 9,825 square feet. The designated area is defined by specific geographical boundaries, and the lease terms span 180 months, with a firm term of 120 months and an option for an additional 60 months. The required space consists of 4,320 usable square feet for office purposes and 5,505 usable square feet for warehouse and wares. Additionally, the location must adhere to government regulations regarding fire safety, accessibility, seismic, and sustainability standards and cannot be situated in a significant floodplain. Interested parties must comply with telecommunications restrictions as stated in Section 889 of the FY19 NDAA. Expressions of interest are due by February 16, 2025, with an anticipated occupancy starting October 1, 2026. The point of contact for submissions is Thomas Roberts, Lease Contracting Officer.
FAR Clause 52.204-27 prohibits the use of TikTok and any successor applications developed by ByteDance Limited on government-owned or managed information technology, as well as on any IT used by contractors and their employees under a government contract. This prohibition stems from Section 102 of the Consolidated Appropriations Act, 2023, and OMB Memorandum M-23-13. The clause defines 'information technology' broadly to include equipment and systems used by executive agencies and contractors for data handling. An exception may be granted with written notification from the Contracting Officer. Contractors are required to include this clause in all subcontracts.
The Federal Acquisition Supply Chain Security Act (FASCSA) outlines regulations for federal contractors regarding prohibited covered articles, products, or services from certain sources. Contractors must conduct a "reasonable inquiry" to ensure compliance and search the System for Award Management (SAM) for applicable FASCSA orders. They are prohibited from using or providing any items or services identified in a FASCSA order unless a waiver is granted. If unable to comply, offerors must disclose detailed information about the prohibited item or source for government review and potential waiver. During contract performance, contractors must regularly check SAM for new FASCSA orders and report any non-compliance within specified timeframes, outlining mitigation efforts. The clause also mandates flow-down of these requirements to subcontracts, ensuring a secure supply chain for federal agencies.
The GSA Form 12000 outlines the Fire Protection and Life Safety Evaluation for office buildings, crucial for federal government prelease agreements. It comprises two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on or above the 6th floor, completed by a professional engineer. Both parts emphasize compliance with the most recent building and fire codes, particularly NFPA 101 for egress. Part A requires general building and fire system information, while Part B demands a detailed narrative report from a licensed fire protection engineer, including a building walkthrough, review of maintenance records, and identification of deficiencies. This form ensures that all offered spaces meet stringent life safety and fire protection standards before government occupancy, valid for five years if no major modifications occur.
This government file, GSA Template 3517A – REV (02/25), outlines the General Clauses for acquiring leasehold interests in real property for leases at or below the Simplified Lease Acquisition Threshold (SLAT). It details 13 key clauses, including definitions, property maintenance, fire and casualty damage, inspection rights, default by the lessor, payment terms, integrated agreements, changes, and compliance with applicable laws. Additionally, it incorporates several FAR and GSAR clauses by reference, addressing critical areas such as safeguarding contractor information systems, supply chain security, personal identity verification, executive compensation reporting, small business subcontracting plans, equal opportunity for veterans and individuals with disabilities, drug-free workplaces, and disputes. The document emphasizes the lessor's responsibilities for property upkeep, adherence to safety standards, and compliance with federal regulations, while also defining the government's rights and remedies in case of default or non-compliance. It also specifies payment calculations based on ANSI/BOMA Occupant Area (ABOA) and Rentable Square Footage (RSF).
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors to provide estimated annual costs for services, utilities, and ownership when leasing space to the U.S. Government. This form is part of the GSA's policy to ensure rental charges are consistent with prevailing market rates. It requires lessors to detail costs for cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous services, distinguishing between costs for the entire building and the Government-leased area. Additionally, lessors must provide estimated annual ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes accurate cost estimation and proper completion of certification, ensuring transparency and compliance with GSA leasing policies. The OMB Control Number 3090-0086 with an expiration date of 1/31/2026 indicates its regulatory compliance.
This government file, Lease No. GS-07P-LOK01634, is a comprehensive General Services Administration (GSA) lease template (L100A) for a federal government property. It outlines the terms and conditions between a Lessor and the United States Government for leasing 9,825 rentable square feet, including office and wareyard space, along with 82 reserved parking spaces. The lease has a term of 15 years, with 10 years firm, starting on September 1, 2026, or upon acceptance of the premises. Key aspects covered include detailed rent and payment structures, provisions for Tenant Improvement Allowance (TIA) and Building Specific Amortized Capital (BSAC), termination and renewal rights, and a variety of general terms, conditions, and construction standards. The document also addresses adjustments for operating costs, real estate taxes, and vacant premises, along with requirements for utilities, services, and various building components, emphasizing compliance with federal regulations and GSA standards.
The "Agency Needs Assessment Questionnaire" is a federal government document used to gather specific requirements from an agency for a new facility or service. It focuses on several key areas: defining a Delineated Area (DA) including city limits, CBA/CBD, or street boundaries, and determining if the area is rural. The questionnaire also investigates special external adjacency requirements such as proximity to public transportation or setbacks. Additionally, it assesses whether the agency requires GSA assistance with IT/network/telecommunication services, furniture acquisition and disposal, office equipment acquisition, security products and services, or move coordination. Finally, it addresses the agency's plans for moving existing furniture and any sustainable goals beyond standard requirements. This document ensures that all necessary factors are considered for a successful government procurement process.
The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" form, updated November 2021, is critical for federal contractors. It requires Offerors to disclose whether they provide or use "covered telecommunications equipment or services" as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This act prohibits executive agencies from procuring or contracting with entities using such equipment or services as a substantial component of any system. Offerors must review the System for Award Management (SAM) for excluded parties. If an Offeror indicates they "will" provide or "does" use covered equipment or services, they must provide detailed disclosures, including equipment descriptions, entity information, and an explanation of the proposed use. This ensures compliance with federal prohibitions and promotes transparency in government contracting regarding supply chain security.
The GSA Request for Lease Proposals No. 2OK0126 in Seminole, OK, outlines instructions and requirements for leasing proposals. Offers are due by November 17, 2025, and must conform to the RLP requirements. The RLP details the lease structure, space requirements (9,825 ABOA SF of office, warehouse, and wareyard space with 82 reserved parking spaces for an initial firm term of 120 months and an option for 60 months), and location specifics. It also covers eligibility criteria, including energy efficiency (ENERGY STAR® label or equivalent), flood plain restrictions, environmental due diligence (Phase I ESA), and historic preservation requirements. The award method is based on the lowest-priced technically acceptable offer, evaluated through a two-step process: initial offer submittal and due diligence. Offerors must provide detailed price proposals, financial commitments, proof of ownership, and compliance documentation for various federal and local regulations.
This government file, 'Exhibit C: Security Requirements (Level I)', outlines mandatory security measures for Lessors in federal facilities, encompassing physical and cybersecurity protocols. Key requirements include controlled access to critical areas, employee and visitor identity verification, and strict key control. Lessors must also secure building perimeters, maintain landscaping, and ensure proper signage. The document details the implementation of security systems like video surveillance, intrusion detection, and duress alarms, along with protections for emergency generators. Furthermore, it mandates Lessor cooperation with Facility Security Committees and strict control over building information. A significant portion addresses cybersecurity, prohibiting connections between building systems and federal IT networks, outlining incident response, and encouraging robust cyber protection measures aligned with DHS, NIST, and OWASP guidelines, while prohibiting the use of Kaspersky products.
This government file outlines the solicitation provisions for simplified acquisition of leasehold interests in real property, focusing on instructions for offerors, proposal submission, and lease award processes. It defines key terms like "discussions," "proposal modification," and "proposal revision," and specifies rules for amendments, late proposals, and withdrawals. The document details requirements for proposal format, signatures, and conditions under which late submissions may be considered. It also addresses restrictions on data disclosure, lease award criteria, and reasons for proposal rejection, such as unbalanced pricing. Additionally, it provides guidelines for who can execute a lease (individuals, partnerships, corporations, joint ventures) and outlines procedures for facsimile proposals, including handling unreadable submissions. Important provisions include mandatory registration in the System for Award Management (SAM) with a unique entity identifier for award eligibility and adherence to Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting certain covered articles or sources unless waived or disclosed. These measures ensure transparency, compliance, and security in government leasing processes.