Oklahoma City Overflow Parking
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
The Department of Veterans Affairs (VA), specifically RPO WEST (36C24W), is seeking proposals for a fully serviced lease of an overflow parking lot in Oklahoma City, OK. This opportunity requires a single lot with a minimum of 1,000 parking spaces (970 standard, 26 ADA, 4 van accessible) to serve the Oklahoma City VA Medical Center. The ideal occupancy date is October 1, 2026. Offers are due May 4, 2026, by 3:00 PM CST.
Purpose & Scope
This Request for Lease Proposals (RLP) aims to secure a 20-year lease (with a 10-year firm term) for an overflow parking facility. The Government requires a full-service lease, including utilities, trash, ice, and snow removal. The facility must be built to DVA specifications, zoned for its intended use, and located within a defined area of consideration in Oklahoma City. This is a new parking project, with no incumbent lessors.
Key Requirements
The parking lot must be defect-free, have clear parking lines, a fully fenced perimeter, gated entrances with RFID, and two ADA-compliant shuttle waiting areas. A Video Surveillance System (VSS) is mandatory, and lighting must support Crime Prevention Through Environmental Design (CPTED) goals. The location cannot be in a FEMA 100-year flood plain and cannot be a sublease. Preference is given to locations near public bus transportation. The facility must meet Federal and Local Government requirements for fire safety, physical security (Facility Security Level II), accessibility, and sustainability. Environmental due diligence (Phase I ESA, NEPA) and National Historic Preservation Act (NHPA) Section 106 compliance are required. Maintenance includes 48-hour lighting issue resolution, 3-year parking space marking refresh, and 10-year resurfacing.
Contract Details
This is a lease contract with monthly rental payments. Tenant Improvements (TI) are anticipated, with an allowance of $400 per parking space, though costs may exceed this. TI will be developed after award. Offerors must complete GSA Form 527 (Contractor's Qualifications), GSA Form 1364 (Proposal to Lease Space), and GSA Form 1217 (Lessor's Annual Cost Statement). Prevailing wage rates (DOL Wage Determination) apply for any construction.
Submission & Evaluation
Offers must be submitted electronically to Miranda.Kloeppel@va.gov by May 4, 2026, at 3:00 PM CST. Questions are due by April 27, 2026, at 3:00 PM CST. Award will be based on a best-value tradeoff process, considering price and technical factors (Site/Location, Past Performance, and Experience), with technical factors approximately equal in importance to price. Offerors must be registered in SAM.gov.
Eligibility & Set-Aside
The NAICS Code is 531190 (Lessors of Other Real Estate Property). This is an Open Market opportunity, with potential for tiered evaluations for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns. HUBZone small business concerns may elect to waive the price evaluation preference.
Important Notes
This RLP includes numerous exhibits detailing specific requirements, forms, and clauses, including security requirements (Exhibit C), general clauses (Exhibit E), and new construction clauses (Exhibit K). Offerors must acknowledge receipt of Amendment 1, which clarifies that this is a new parking project, the ideal occupancy is October 1, 2026, and a single 1,000-space lot is required.