Opportunity

SAM #W912QR-OKLAHOMACITYOKFY26

Lease and Build-Out of Armed Forces Career Center with Security Systems in Oklahoma City, OK

Buyer

USACE Louisville District

Posted

April 22, 2026

Respond By

May 05, 2026

Identifier

W912QR-OKLAHOMACITYOKFY26

NAICS

531120, 561720, 238210, 561710, 531190

This opportunity involves the U.S. Army Corps of Engineers seeking a lease for commercial space in Oklahoma City, OK, to house an Armed Forces Career Center, with extensive build-out and security requirements. - Government Buyer: - U.S. Army Corps of Engineers, Louisville District (ENDIST LOUISVILLE) - Contracting office at 220 W Main Street, 3rd Floor, Louisville, KY 40202-2230 - OEMs and Vendors Mentioned: - 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) - VideoSecu (monitor mounting bracket) - Hunter Douglas (roller shades) - Displays2Go (monitor mounting pole) - Products and Services Requested: - Lease of approximately 967 usable square feet of commercial retail or office space - Must include secondary egress, designated 24/7 parking for two government vehicles, additional parking within four blocks, daytime janitorial services, and visible signage - Exclusion of sites adjacent to non-compatible businesses (e.g., adult entertainment, night clubs, drug rehab, marijuana dispensaries, gun shops, liquor stores) - Security and communications systems for build-out: - Aiphone IXG Series video intercom (IXG-DM7-HIDA, IXG-2C7, MCW-S/B, IXG-MK, SBX-IXGDM7) - Hanwha Wisenet CCTV/NVR (WRT-P-3104, XND-C8083RV, XNF-9013RV, XNV-9083R, XNP-C8253R, SMT-2431) - NETGEAR PoE+ switches (GS752TPN300NAS, GS524UP100NAS) - Securitron DK-26 SS keypad - LSP FPO250-C8D8E2 power supply - Tripp Lite SRW12UDP security cabinet - VideoSecu ML411B-B1 monitor bracket - Hunter Douglas roller shades - Displays2Go SLC3770LBK monitor pole - Wave VMS recording licenses (WAVE-PRO-01, WAVE-PRO-04, WAVE-PRO-08) - 6-foot USB extension wire (CAUSBAMF) - Janitorial and cleaning services (thrice weekly, plus periodic deep cleaning and supply provision) - Maintenance services (HVAC, fire protection, lighting, pest control, lawn care, building systems) - Snow removal for parking and walkways - Lessor contributions to build-out costs and compliance with federal/local laws - Unique or Notable Requirements: - Strict compliance with 2019 NDAA prohibitions on certain foreign equipment for security systems - Build-out must meet detailed architectural, mechanical, electrical, plumbing, safety, and security specifications - Multiple military services have specific finish standards (paint, carpet, signage) - Government retains termination rights with 90 days' notice after a specified date - Lessor responsible for comprehensive maintenance, utilities, and emergency repairs - Offers must include a completed Rental Proposal Worksheet, proof of SAM.gov registration, and an existing floor plan

Description

SOLICITATON FOR OFFER

LOCATION:                           Oklahoma City, OK 73112

DELINEATED AREA:         

N Boundary:  NW 164th St

S Boundary:   E Indian Hills Rd

E Boundary:  I-335

W Boundary: Gregory Rd

The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for approximately 967 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 2 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.

View original listing