FEMA Disaster Leasing: Oxford, MS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
This notice pertains to a FEMA Disaster Lease for property in Oxford, MS, managed by the General Services Administration (GSA), Public Buildings Service. The opportunity is for the lease/rental of office buildings (Product Service Code X1AA). Crucially, this is an internal FEMA Disaster Lease process and is explicitly stated as not being for public solicitation.
Purpose & Scope
The purpose is to establish lease agreements for emergency disaster response. The leased space must be a modern, quality building, approximately 1,200 rentable square feet of general office space. Key requirements include adherence to energy efficiency standards (EISA) and avoiding properties within 1-percent-annual-chance floodplains. Lessors must comply with specific telecommunications and video surveillance regulations (FAR 52.204-24).
Contract Details
This is an Oral Request for Lease Proposals (RLP), a template used for emergency acquisitions. The lease term is typically 12 months, with a 6-month firm period, and includes government termination rights after the firm term with 15 days' notice. The contract type is a lease for real property.
- Agency: General Services Administration (GSA), Public Buildings Service, PBS Office of Leasing
- Place of Performance: Oxford, MS, United States
- Product Service Code: X1AA (Lease/Rental Of Office Buildings)
- Set-Aside: None specified in the main metadata. The RLP mentions HUBZone Small Business Concerns may waive price evaluation preference, indicating potential consideration for HUBZone firms if applicable to the specific oral solicitation.
Evaluation & Submission
Proposals are evaluated using a Lowest Price Technically Acceptable (LPTA) approach, based on the lowest price per square foot (ANSI/BOMA Z65.1-2017 Occupant Area). Offers are typically transmitted via email (PDF) or mail, with specific deadlines provided orally. Offerors must be registered in the System for Award Management (SAM).
Key Documents & Requirements
- Exhibit D (Offer Form 3626): Requires lessors to detail property specifics, lease terms, and rental rates. Tenant improvement costs are indicated as $0.00.
- Exhibit E (Supplemental Office Lease): Outlines specific terms, conditions, construction standards, and service obligations tailored for FEMA disaster leases.
- Exhibit B (General Clauses): Contains comprehensive FAR and GSAR clauses governing the lease, covering maintenance, inspection, payment, changes, and compliance.
- Exhibits A (Reps & Certs): Requires representations regarding business status, small business programs (NAICS 531120, $41.5M size standard), equal opportunity, and compliance with various federal regulations.
- Standard Form 3881: Used for Automated Clearing House (ACH) payment enrollment for awarded vendors.
- Exhibit C (FAR 52.204-24): Requires representation regarding certain telecommunications and video surveillance services or equipment.
Important Note
This notice, published on 2026-02-12, describes an internal process for FEMA Disaster Leases and is not open for public solicitation. The response date of 2021-02-13 suggests this may be a past or template notice.