Opportunity
SAM #W912QR-DELCITYOKFY26
Lease and Build-Out of Armed Forces Career Center Space with Security and Facility Upgrades in Del City, OK
Buyer
USACE Louisville District
Posted
April 22, 2026
Respond By
May 05, 2026
Identifier
W912QR-DELCITYOKFY26
NAICS
531190, 531120, 561720, 238290
This opportunity involves the U.S. Army Corps of Engineers seeking to lease and fit out approximately 1,778 usable square feet of commercial space in Del City, Oklahoma for an Armed Forces Career Center. - Government Buyer: - U.S. Army Corps of Engineers, Louisville District (KO Contracting Division) - Chief, Inleasing Branch, Real Estate Contracting Officer - OEMs and Vendors Highlighted: - Aiphone (video intercom and entry control systems) - Hanwha (Wisenet CCTV/NVR systems, cameras, monitors) - NETGEAR (PoE+ switches) - Securitron (keypad access control) - LSP (power supply) - Tripp Lite (security cabinet) - Hunter Douglas (roller shades) - Displays2Go (monitor mounting pole) - VideoSecu (monitor mounting bracket) - Products and Services Requested: - Lease of 1,778 sq ft commercial retail/office space - Must include secondary egress, parking for four government vehicles (24/7), additional parking nearby, daytime janitorial services, and prominent signage - Space must be within a defined area in Del City, OK (ZIP 73115) - Exclusion of sites adjacent to non-compatible businesses (e.g., adult entertainment, night clubs, marijuana dispensaries, gun shops) - Security and Building Systems: - Aiphone IXG Series video intercom entry control (IXG-DM7-HIDA, IXG-2C7, MCW-S/B, IXG-MK, SBX-IXGDM7) - Securitron DK-26 SS keypad for secondary egress - Hanwha Wisenet CCTV/NVR system (WRT-P-3104, XND-C8083RV, XNF-9013RV, XNV-9083R, XNP-C8253R, SMT-2431) - NETGEAR PoE+ switches (GS752TPN300NAS, GS524UP100NAS) - LSP FPO250-C8D8E2 power supply - Tripp Lite SRW12UDP security cabinet - Hunter Douglas roller shades - VideoSecu ML411B-B1 monitor bracket, Displays2Go SLC3770LBK mounting pole - Wave VMS recording licenses (WAVE-PRO-01, -04, -08) - 6 ft USB extension wire (CAUSBAMF) - Facility Services: - Janitorial and cleaning services (thrice weekly, plus periodic deep cleaning and supply provision) - Snow and ice removal - Maintenance of HVAC, fire protection, lighting, pest control, lawn care, and building systems - Lessor responsible for building upkeep, compliance, and alterations (with reimbursement cap and timeline) - Unique or Notable Requirements: - Strict compliance with 2019 N.D.A.A. prohibitions on certain foreign equipment for security systems - Build-out must meet detailed construction and security specifications for all military services - Lessor contributions to build-out costs are expected - Offers must include proof of SAM.gov registration, rental proposal worksheet, and existing floor plan - Evaluation based on location, compliance, cost, and mission suitability - Period of Performance: - Lease term is five years, with government termination rights (90 days' notice after a specified date) - Annual rent payments, contingent on appropriations - Alterations to be completed within 90 days of notice, with reimbursement cap - Place of Performance: - Del City, OK 73115 (within specified boundaries) - Contracting office: US Army Corps of Engineers Louisville District, 220 W Main Street 3rd Floor, Louisville, KY 40202-2230
Description
SOLICITATON FOR OFFER
LOCATION: Del City, OK 73115
DELINEATED AREA:
N Boundary: NE 16th St
S Boundary: NE 4th St
E Boundary: N Lottie Ave
W Boundary: I-235
The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for approximately 1,778 square feet (useable) of commercial retail/office space within the delineated area. Space will need to include a secondary egress; have adequate parking (prefer it is sign designated) for 4 Government-owned vehicles 24 hours a day/7 days a week, as well as adequate parking within 4 blocks for employee and customer vehicles; include daytime janitorial services; and include adequate signage for maximum visibility. Sites that are located adjacent to adult entertainment shops (i.e. book stores, video stores, or theatres), night clubs/bars, methadone clinics, drug rehabilitation centers, marijuana/hemp dispensaries, medical marijuana dispensaries, gun shops, liquor stores, etc. could potentially be eliminated from competition as these are considered non-compatible businesses. Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission.
Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), and the existing floor plan. Attached is a copy of the lease document, the general conditions, the construction specifications, the janitorial specifications, the rental proposal worksheet, and instructions for System for Award Management (SAM) registration. Thoroughly review all documents and make sure that you agree to the terms presented. The first four (4) pages of the lease have negotiable terms; however, the general conditions are standard and are not negotiable and must be accepted as written and shown on the attached file. Review the construction specifications completely as they stipulate additional lessor responsibilities.
Leases are negotiated for a 5-year term, but they include a clause stating the Government can terminate giving reasonable days’ notice. In order to incorporate firm term years, meaning the Government cannot get out of the lease for a specified period of time, we ask the lessor to provide a significant contribution towards the build-out costs. Five year firm term leases are generally not considered.
Following are the factors that will be considered when evaluating bids/offers:
Location Ability to meet all construction specifications, security measures and lease requirements Complete initial and final offers must be received by defined deadline Competitive costs in the best interest of the government Qualitative ratings by client for mission
Additional information regarding this solicitation may be obtained from Monalisa Zewatski by email at Monalisa.c.zewatski@usace.army.mil. Proposals are due no later than 5:30 pm on 05/05/2026.