General Services Administration Lease: Office Space Seminole , Oklahoma
ID: 2OK0216Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the lease of office space in Seminole, Oklahoma, specifically for a total of 9,825 rentable square feet, which includes office, warehouse, and wareyard space, along with 82 reserved parking spaces. The procurement aims to secure a facility that meets federal standards, including energy efficiency and compliance with fire safety regulations, as outlined in the attached Request for Lease Proposals (RLP) and various federal guidelines. This opportunity is critical for providing necessary office space for government operations, ensuring that the selected facility adheres to stringent safety and operational standards. Proposals are due by November 17, 2025, and interested parties should contact Thomas Roberts at thomas.roberts@gsa.gov or Anthony Jackson at anthony.jackson@gsa.gov for further information.

    Files
    Title
    Posted
    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.
    Similar Opportunities
    General Services Administration Office Space Pine Bluff, Arkansas
    Buyer not available
    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.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    Buyer not available
    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.
    RLP No. 5FL0645: Government seeks 3 parking spaces in Tampa, Florida
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of three parking spaces in Tampa, Florida, under Request for Lease Proposals (RLP) No. 5FL0645. The procurement aims to secure parking within a specified delineated area, with the lease term set for an initial 12 months, including a 6-month firm period and three optional one-year renewals. This opportunity is crucial for ensuring adequate parking facilities for government operations in the region. Proposals are due by December 12, 2025, at 5:00 PM EST, and interested parties should contact Tim Wells at Timothy.Wells@gsa.gov or call 267-443-7331 for further details.
    General Services Administration Office Space Santa Fe City in New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    Buyer not available
    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.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2FL0848
    Buyer not available
    The General Services Administration (GSA) is seeking to lease 8,806 ABOA square feet of office space in Fort Myers, Florida, for a federal law enforcement office. The lease will be for a full term of 15 years, with a firm term of 10 years, and requires 16 reserved, secured, and gated parking spaces. The facility must be in a modern building located on the 2nd floor or higher, allowing for an efficient layout and secure methods for transporting detainees, while adhering to Security Standard Level III. Interested parties must submit their expressions of interest by December 12, 2025, including detailed building information and maps demonstrating proximity to public transportation and amenities, with an estimated occupancy date of October 2027. For further inquiries, contact Edward Brennan or Samuel Dyson at the provided email addresses.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office and warehouse space under Solicitation No. 2VA0898, located in Chantilly, Virginia. The GSA requires between 6,000 and 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet, and specific features such as parking for two automobiles and at least one loading dock. This procurement is crucial for supporting government operations in close proximity to Dulles International Airport, ensuring compliance with federal regulations regarding accessibility, fire protection, and energy efficiency. Proposals are due by December 12, 2025, and interested parties should contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov for further information.
    GSA Seeking Office Space for Lease in Green Bay, WI
    Buyer not available
    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).
    8TN2218 - RLP Package - Nashville, TN
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of office space under Request for Lease Proposal No. 8TN2218 in Nashville, Tennessee. The procurement aims to secure between 34,000 to 35,000 ABOA square feet of fully serviced office space, with specific requirements including secure parking, fiber optic network access, and compliance with environmental, seismic, accessibility, and fire safety standards. This opportunity is critical for accommodating government operations and ensuring compliance with the Energy Independence and Security Act (EISA) and historic preservation regulations. Proposals are due by December 11, 2025, and interested parties should contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further details.