Will Rogers Internation Airport (OKC) Lease Extension
ID: JA-REMD-24-0009Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONTSA Direct LeasingEgg Harbor Township, NJ, 08234, USA

NAICS

Lessors of Other Real Estate Property (531190)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), intends to award a sole source lease extension for two years at Will Rogers International Airport in Oklahoma City. The TSA currently occupies 3,864 rentable square feet across all terminals and requires this space to continue its critical operations, which support the screener workforce and administrative functions directly on airport property. This procurement action is justified under the statutory authority allowing for non-competitive procedures due to the unique location requirements essential for TSA's mission. Interested parties must submit expressions of interest, including detailed property information, to Sarah Haney at Sarah.Haney@tsa.dhs.gov by September 28, 2024, as the current lease expires on October 31, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a justification for the General Services Administration (GSA) to engage in other than full and open competition in leasing administrative and support workspace for the Transportation Security Administration (TSA) on airport property. The TSA requires continuous workspace across all U.S. airports for its day-to-day security operations, necessitating limited competition due to the specific location requirements dictated by the nature of its operations. The justification is based on statutory authority under 41 U.S.C. 253 (c)(1), which allows for non-competitive procedures when the necessary services or property can only be sourced from one responsible entity. The GSA will conduct market surveys to ensure competitive pricing and consider all proposals as they arise. Contracting officers must ensure that lease costs are fair and reasonable, based on available market data. This class justification is approved in line with the Federal Real Property and Administrative Services Act and highlights the TSA's operational needs, allowing for streamlined acquisition processes while ensuring compliance with federal acquisition regulations. Ultimately, it supports the TSA's mission of securing the national air transportation system by providing essential facilities directly on airport properties.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Transportation Security Administration (TSA), ON AIRPORT LEASE, Alexandria International Airport (AEX)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to award a lease for on-airport space at Alexandria International Airport (AEX) in Alexandria, Louisiana, set to commence on October 1, 2024. The TSA requires a minimum of 240 ANSI/BOMA square feet of space located on airport property, which must include all necessary ancillary services as part of the rental agreement. This procurement is critical for the TSA's operational efficiency and compliance with federal aviation security mandates, as on-site workspace is essential for their functions at airports across the U.S. Interested parties can direct inquiries to Sarah Haney at SARAH.HANEY@TSA.DHS.GOV or by phone at 609-240-8105, noting that this opportunity is being pursued under an 8(a) Sole Source designation due to the unique requirements of the TSA's operations.
    3OK0186 - RLP Amendment #1
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking lease proposals for a facility in Oklahoma City, Oklahoma, under the Request for Lease Proposal (RLP) No. 3OK0186, with an amendment effective September 19, 2024. The amendment introduces updated submission guidelines, allowing proposals to be submitted via email in addition to traditional mail, with a deadline set for 5:00 PM CT on October 2, 2024. This opportunity is crucial for establishing a government facility that meets specific operational requirements, including a minimum of six dedicated loading docks designed for safety and efficiency, with detailed specifications outlined in the amendment. Interested parties can reach out to Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or Payton Kulina at payton.kulina@gsa.gov for further information.
    RLP Package No. 3OK0186
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for a warehouse lease under RLP Package No. 3OK0186, aimed at securing a facility between 50,000 to 57,000 square feet in Oklahoma City. The leased space will support government storage and logistics operations for medical supplies, requiring a modern building with a minimum ceiling height of 28 feet, along with specific configurations for loading docks and parking. This procurement is crucial for ensuring efficient management of medical supply logistics, adhering to energy efficiency standards and environmental regulations. Proposals are due by September 25, 2024, and interested parties can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or Payton Kulina at payton.kulina@gsa.gov for further information.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    Hangar Space
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for hangar space to accommodate one Boeing B737 series aircraft owned by the Justice Prisoner and Alien Transportation System (JPATS) during inclement weather. The contract will be awarded to ASES LLC, located in Oklahoma City, for a performance period spanning from October 1, 2024, to September 30, 2025. This procurement is critical for ensuring the safe and secure storage of the aircraft, which plays a vital role in the transportation of prisoners and aliens. Interested parties may submit information in response to this notice by emailing Victor J. Stamps, Contracting Officer, at victor.j.stamps@usdoj.gov by 2:00 pm CST on September 24, 2024, as no unsolicited proposals will be considered.
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Active
    Homeland Security, Department Of
    Special Notice: Department of Homeland Security, Department of Transportation Security Administration is requesting information for the Air Cargo Screening Qualification Test Qualification Process Guide. The purpose of this document is to provide information about the Transportation Security Administration (TSA) Air Cargo Screening Qualification Test (ASCQT) process. This process is for Original Equipment Manufacturers interested in listing their air cargo screening devices on the TSA Air Cargo Screening Technology List (ACSTL). Air cargo transported on passenger aircraft in the United States must be screened similar to passenger checked baggage. TSA has established a qualification process to test and evaluate screening equipment to ensure it meets the standards mandated by the U.S. Congress. Devices that pass the qualification test will be placed on the ACSTL for regulated parties to use when purchasing or leasing air cargo screening equipment. This Request for Information (RFI) includes updates such as the inclusion of Visual Image inspection devices as a technology qualification group, the addition of "Fast Parcels" as a commodity type, descriptions of high-level requirements applicable to all ACSTL technology qualification groups, and expanded clarification of the Explosive Detection System (EDS) qualification process steps. The place of performance for this procurement is Arlington, VA, with the zip code 20598, in the United States. The service being procured is the qualification process for air cargo screening devices to be listed on the TSA Air Cargo Screening Technology List. This process ensures that air cargo transported on passenger aircraft in the United States is screened appropriately, similar to passenger checked baggage.
    Notice of Intent to Renew Lease - Edmond, OK
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to renew a lease for approximately 1,000 rentable square feet of retail/office space in Edmond, Oklahoma, for an Armed Forces Career Center. The government is evaluating alternate space options that may be more economically advantageous, considering factors such as relocation costs and the need for non-exclusive on-site parking for two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts. Interested parties, including building owners and their representatives, must submit their qualifications and exclusivity agreements to Paige Pinkston at Paige.Pinkston@usace.army.mil or by phone at 918-669-7264, as the government aims to finalize arrangements before the current lease expiration.
    TSA Human Capital Assessment Program
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking qualified vendors to provide comprehensive Human Capital Assessment services as part of its Human Capital Assessment Program. The primary objective is to enhance TSA's hiring and assessment processes for a geographically dispersed workforce, ensuring that candidates possess the necessary skills and knowledge for various positions, including Transportation Security Officers and Federal Air Marshals. This initiative is crucial for maintaining the effectiveness of TSA's mission to protect the nation's transportation systems while ensuring efficient hiring practices. Interested vendors must submit their responses to the Request for Information (RFI) by October 17, 2024, at 9:00 a.m. local time, to the primary contact, Brandon Prindle, at brandon.prindle@tsa.dhs.gov, with a copy to Patricia Klimowicz at Patricia.klimowicz@tsa.dhs.gov.
    On-Person Screening Broad Agency Announcement
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking concept paper submissions for potential On-Person Screening (OPS) advancements and improvements. OPS aims to improve current security operations and capabilities by addressing various Technical Topic Areas. The TSA is interested in development that will enhance Walk-Through Metallic and Non-Metallic Screening Systems Detection Algorithms, Synthetic Data Generation and/or Automated Data Annotation Tools, OPS Open Architecture Integration, and Wideband Technology that Enhances Currently Fielded Advanced Imaging Technology (AIT). Questions and concept paper submissions must be submitted by specific deadlines. For more details, refer to the attached BAA documents.
    OFFICE SPACE AND WAREHOUSE FLEX SPACE, LONG BEACH, CA
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking sources for office and warehouse flex space in Long Beach, CA, and surrounding areas. The required space includes a minimum of 4,820 square feet of indoor area and 3,750 square feet of outdoor/wareyard space, with a maximum of 6,192 rentable square feet. The facility must also have 3,750 square feet of yard space, 20 total parking spaces (10 reserved for government use), and be suitable for both warehouse operations and office administration. The lease term is for 10 years, with a Termination for Convenience clause allowing for a 120-day termination. Prior to lease signing, the property owner must provide water quality, asbestos, and radon test reports. The FAA will cover one-time build-out costs within 120 days of substantial completion. Interested parties should contact Thomas Ryan Kewitt or Angela Dixon at the FAA for more information.