Opportunity
SAM #3TX1248
GSA seeks secure office space lease in Bryan, Texas for law enforcement agency
Buyer
GSA PBS Office of Leasing
Posted
April 21, 2026
Respond By
May 13, 2026
Identifier
3TX1248
NAICS
531120
GSA is seeking to lease secure office space in Bryan, Texas for a federal law enforcement agency. - Government Buyer: - General Services Administration (GSA), Public Buildings Service (PBS), Office of Leasing - Space Requirements: - Minimum 16,253 ABOA (ANSI/BOMA Office Area) square feet - Maximum 17,878 ABOA square feet - 24 reserved surface parking spaces - Lease term: 15 years (10 years firm) - Notable Security and Construction Requirements: - Contiguous space preferred on 2nd floor or higher - Substantial exterior construction materials - Interior walls must support Wall Type A7 - Exterior windows require fragment retention or RF/IR shielding blast film - Forced entry protection for windows and roof; skylights must be removed or protected - Secure tenant demising walls - Restrictions on wiring and conduits - Floor load capacity for multiple 1,000lb file safes - Elevator with override control and emergency power for higher floors - Site restrictions: must avoid hazardous materials, low risk facilities, and proximity to certain government/foreign facilities - Compliance: - Must meet government standards for fire safety, accessibility, seismic, and sustainability - Space must not be in a 1-percent-annual chance floodplain - Fully serviced lease required - No specific OEMs or vendors are named, as this is a space lease solicitation.
Description
General Services Administration (GSA) seeks to lease the following space:
State: Texas
City: Bryan
Delineated Area:
North: Route 21 to East Route 21;
South: Harvey Mitchell Pkwy South;
East: Interstate 6;
West: Harvey Mitchell Pkwy South to Harvey Mitchell Pkwy Nor
Minimum Sq. Ft. (ABOA): 16,253 ABOA SF
Maximum Sq. Ft. (ABOA): 17,878 ABOA SF
Space Type: Office
Parking Spaces (Total): 24
Parking Spaces (Surface): 24
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 24
Full Term: 15 Years
Firm Term:10 Years
Option Term: N/A
Additional Requirements:
Contiguous Space 2nd Floor or Higher Preferred Substantial Exterior Construction Materials (e.g., concrete filled CMU). Interior walls capable of Wall Type A7 Exterior Windows will require fragment retention or RF/IR shielding blast film or both. Windows less than 18” from grade or an accessible platform must have a means of forced entry protection. Roof must be less than 18’ from grade or any means of access requires forced entry protection. Any Skylights should be removed or protected from forced entry, blast, and visual observation. Tenant Adjacent exterior walls must be slab to slab in accordance with Wall Type A7. All conduits, backboxes, and electrical devices on Tenant demising wall must be surface-mounted on the secure side. Surface mounting is not required if non-secured sided of Wall Type A& us available for inspection by Tenant. No telephone lines, data lines, electrical service, plumbing service, or ducts other than what are required for the Tenant are permitted to pass through the space, except with specific approval from Tenant and Contracting Office or when routed through building space (electrical/telephone closets dedicated to that use). Any existing wiring, conduits, pipes running through the tenant space must be removed/re-routed. If they are unable to be removed or rerouted, they must be enclosed with a construction assembly compliant to secure wall requirements. Floor Load must be capable of withstanding multiple 1,000lb file safes. One elevator must be provided with override control. If the office is located on the 6th floor pr above the elevator must be on emergency power. Proposed site must not be within 640’ of any facility identified by ISC as hazardous materials transportation/storage facilities (to include potential environmental threats). It is preferred that the site is not located near low risk facilities (day cares, senior centers, schools, hospitals, and religious/rehabilitation/social service centers). Proposed site can no be located with 400’ of public defenders, ICE, probation offices, IRS, Universities, or other businesses and facilities deemed unacceptable by the Tenant Security authority. Proposed site can not be within 400’ of facilities associated with foreign powers identified in the Tenant’s National Security Threat List.
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).
The space will be occupied by a law enforcement agency.
Example agencies: DOJ: DEA, ATF, FBI, USMS; DHS: ICE, CBP, USSS; etc. agencies with agents that carry guns; seize drugs/weapons; have detainees etc.
Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
The U.S. Government currently occupies office and related space in a building under a lease in Bryan, TX, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
Offer Submission:
Offers must be submitted electronically through the Leasing Portal, located at https://leasing.gsa.gov.
Interested parties must go to the Leasing Portal, enter the Offer space section, select the “Register” link and follow the instructions to register. Instructional guides and video tutorials are offered on the Resources link on the Leasing Portal home page.
Solicitation Number:
Solicitation (RLP) Number: 3TX1248
Government Contact Information (Not for Offer Submission)
Lease Contracting Officer: tyrel.likes@gsa.gov
Project Manager: dennis.harper@gsa.gov
Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.
An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.