SOLICITATION FOR OFFERS FOR INDUSTRIAL WAREHOUSE SPACE IN OKLAHOMA CITY, OKLAHOMA

SOL #: N69450-26-RP-00044Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHEAST
NAS JACKSONVILLE, FL, 32212-0030, United States

Place of Performance

Oklahoma City, OK

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Other Warehouse Buildings (X1GZ)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Feb 27, 2026, 9:00 PM

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 the Navy, through NAVFACSYSCOM SOUTHEAST, is soliciting offers for the lease of approximately 112,030 Net Square Feet (NSF) of industrial warehouse space in Oklahoma City, Oklahoma. This space is required to support Department of Navy storage needs, specifically for Joint Reserve Base Naval Air Station Fort Worth, Texas. The award will be made using Best Value/Trade-Off Source Selection procedures. Offers are due by February 27, 2026, at 4:00 p.m. EST.

Scope of Work

The Government seeks to lease existing industrial warehouse facilities, though new construction will be considered if advantageous. The space must be suitable for storing bulky aircraft parts and meet specific criteria:

  • Approximately 112,030 RSF with a minimum clear ceiling height of 20 feet. Multiple locations are acceptable, but a single location is preferred.
  • Must include a monitored security system, heating for winter, and exhaust fans for summer.
  • Requires sufficient 3 Phase, 220 Volt electric service for forklift charging.
  • Minimum of one on-grade loading door (12' wide by 16' height) with concrete/asphalt approaches and adequate turning area for semi-trucks.
  • Must be located within the delineated area around Tinker Air Force Base (Attachment A), with preference for properties closer to Tinker AFB.
  • Space must be on grade level and ready for occupancy by June 1, 2026.
  • Access to the facility is required during normal working hours (6:30 am to 5:00 pm, Monday-Friday), with 24/7 government access.

Contract & Timeline

  • Contract Type: Lease (Solicitation for Offers)
  • Period of Performance: Initial one-year firm term with four one-year renewal options.
  • Commencement: Anticipated no later than June 1, 2026.
  • Termination: Government may terminate the lease after the initial one-year term with 90 days' written notice.
  • Set-Aside: Full and Open Competition (No Set-Aside).
  • Offer Due Date: February 27, 2026, by 4:00 p.m. EST.
  • Published Date: February 27, 2026.

Evaluation & Submission

Proposals will be evaluated using Best Value/Trade-Off procedures. Evaluation will occur in two phases:

  1. Phase I: Compliance with Minimum Requirements.
  2. Phase II: Evaluation of Location, Facility Characteristics, and Price. Technical factors are of equal importance to price. Offers must be submitted electronically via email to the points of contact listed. Late offers will not be considered. Offerors must acknowledge all amendments.

Key Requirements & Notes

  • Offerors must have an active registration in SAM.gov prior to award and maintain it throughout the lease term. DUNS numbers are not a direct requirement, but SAM registration is.
  • Energy Star label is required for buildings over 10,000 SF; renovation plans are acceptable if the label is not current.
  • Lessor is responsible for maintenance expenses (HVAC, site, parking, common areas, lamps, taxes, insurance). Government reimburses for utilities (electricity, gas, oil, water & sewer, phone) and overages; Lessor maintains utility service agreements.
  • Required forms include GSA Form 3518 (Representations and Certifications) and GSA Form 12000-WH (Fire Protection and Life Safety Evaluation). Failure to complete GSA Form 12000-WH by the deadline is not a basis for rejection if an explanation and confirmation of future completion are submitted.
  • Primary Contact: Sherlena Washington (Sherlena.t.washington.civ@us.navy.mil).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Feb 27, 2026
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3
Solicitation
Posted: Feb 20, 2026
View
Version 2
Solicitation
Posted: Feb 13, 2026
View
Version 1
Solicitation
Posted: Feb 12, 2026
View
SOLICITATION FOR OFFERS FOR INDUSTRIAL WAREHOUSE SPACE IN OKLAHOMA CITY, OKLAHOMA | GovScope