SOLICITATION FOR OFFERS FOR INDUSTRIAL WAREHOUSE SPACE IN OKLAHOMA CITY, OKLAHOMA
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 the Navy (NAVFACSYSCOM SOUTHEAST) is seeking offers to lease 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, and cannot be accommodated at Tinker Air Force Base. The opportunity is issued under full and open competition. Proposals will be evaluated using Best Value/Trade-Off Source Selection procedures, with technical factors (Location, Facility Characteristics) being of equal importance to price. Offers are due by February 27, 2026, at 4:00 p.m. EST.
Opportunity Details
The Government requires an existing, quality building of sound and substantial construction, suitable for storing bulky aircraft parts. Key requirements include:
- Approximately 112,030 Rentable Square Feet (RSF) with a minimum center height of 20 feet.
- Monitored security system.
- Heating for winter and exhaust fans for summer.
- Sufficient electric service for 3 Phase, 220 Volt power for forklift charging.
- Minimum of one on-grade loading door (12' wide by 16' height).
- Concrete or asphalt approaches with adequate parking/turning area for semi-trucks.
- Location within the delineated area shown on Attachment A, with a preference for properties closer to Tinker Air Force Base (within approximately 10 miles).
- 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).
- Buildings over 10,000 square feet must have an Energy Star® label or a plan for achieving it (Attachment D).
- Compliance with fire protection and life safety standards is mandatory, requiring GSA Form 12000-WH (Attachment J).
Contract & Timeline
- Contract Type: Lease (Solicitation for Offers)
- Period of Performance: Initial 1-year term with four 1-year renewal options.
- Lease Commencement: No later than June 1, 2026.
- Government Termination: The Government may terminate the lease after the initial term with 90 days' notice.
- Proposal Due Date: February 27, 2026, by 4:00 p.m. Eastern Standard Time.
- Published Date: February 12, 2026.
Submission & Evaluation
- Submission Method: Offers must be submitted electronically via email to the points of contact listed.
- Late Offers: Will not be considered.
- Evaluation Process: Proposals will undergo a two-phase evaluation. Phase I assesses compliance with minimum requirements. Phase II evaluates Location, Facility Characteristics, and Price, with technical factors being equally important to price.
- Required Forms: Offerors must complete and submit various forms, including GSA Form 3518 (Representations and Certifications for Leasehold Acquisitions), FAR 52.209-5 (Responsibility Matters), and the "Proposal to Lease Warehouse Space" (Attachment G).
- Eligibility: Offerors must have an active registration in the System for Award Management (SAM) prior to award and maintain it throughout the contract.
Contact Information
- Primary Contact: Sherlena Washington (Sherlena.t.washington.civ@us.navy.mil, 9042331910)
- Secondary Contact: Michael Bailey (michael.p.bailey.civ@us.navy.mil, 9046529650)