Oklahoma City Overflow Parking

SOL #: 36C24W26R0011Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States

Place of Performance

Oklahoma City, OK

NAICS

Lessors of Other Real Estate Property (531190)

PSC

Lease/Rental Of Parking Facilities (X1LZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Mar 26, 2026
3
Response Deadline
Dec 29, 2025, 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 Veterans Affairs (VA), specifically the RPO WEST (36C24W) office, is soliciting proposals for a 20-year lease of an overflow parking facility in Oklahoma City, OK. This opportunity, identified under Product Service Code X1LZ (Lease/Rental Of Parking Facilities), seeks a minimum of 1,000 parking spaces to support the Oklahoma City VA Medical Center. Offers are due by May 4, 2026, at 3:00 PM CST.

Scope of Work

The Government requires a fully serviced parking lot with at least 1,000 spaces, including 970 standard, 26 ADA handicap, and 4 van accessible spaces. The facility must be built to DVA specifications, zoned for its intended use, and include a fully fenced perimeter, gated entrances, shuttle waiting areas, and a Video Surveillance System (VSS). The lease is full-service, covering utilities, trash, ice, and snow removal. The location must not be in a FEMA 100-year flood plain and cannot be a sublease. Preference is given to locations within 2,640 feet of a public bus transportation stop. The facility must meet Federal and Local Government requirements for fire safety, physical security (Facility Security Level II), accessibility, and sustainability.

Contract & Timeline

  • Contract Type: Lease contract (fully serviced)
  • Lease Term: 20 Years (10-year firm term, 10-year non-firm term)
  • Estimated Occupancy: Anticipated October 1, 2026 (from SSN, RLP implies earlier based on offer date)
  • Offer Submission Deadline: May 4, 2026, by 3:00 PM CST
  • Questions Deadline: April 27, 2026, by 3:00 PM CST
  • NAICS Code: 531190 (Lessors of Other Real Estate Property)

Key Requirements

Offerors must address environmental due diligence (Phase I ESA), National Environmental Policy Act (NEPA), and National Historic Preservation Act (NHPA) Section 106 requirements. Tenant Improvements (TI) are expected, with an allowance of $400 per parking space, though costs may exceed this. Detailed requirements for lighting, signage, physical security (FSL II), landscaping, and extensive maintenance (e.g., resurfacing every ten years) are outlined in Exhibit B and C.

Submission & Evaluation

Offers must be submitted via email to Miranda.Kloeppel@va.gov. Award will be based on a best-value tradeoff process, considering price and technical factors such as Site/Location, Past Performance, and Experience. Technical factors are approximately equal in importance to price. Offerors must use provided forms, including GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement), and be registered in SAM.gov.

Eligibility / Set-Aside

While no specific set-aside is designated, the NAICS code is 531190. The Sources Sought Notice indicated potential for tiered evaluation for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns, and HUBZone small business concerns may elect to waive the price evaluation preference.

Attachments

Numerous exhibits detail specific requirements, forms, and clauses, including: Exhibit A (Global Lease Template), Exhibit B (Agency Requirements), Exhibit C (VA Security Requirements FSL II), Exhibit D (Solicitation Provisions), Exhibit E (General Clauses), Exhibit F (Form 1364), Exhibit G (Form 1217), Exhibit H (Past Performance Questionnaire), Exhibit I (SF 330 A/E Qualifications), Exhibit J (GSA 527 Contractor Qualifications), Exhibit K (New Construction clauses), Exhibit L (DOL Wage Determination), Exhibit M (Tenant Improvements Cost Summary), and Exhibit N (FAR 52.204-24 Representation Digital).

People

Points of Contact

Miranda KloeppelPRIMARY
William MaddoxSECONDARY

Files

Files

Download

Versions

Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1Viewing
Sources Sought
Posted: Dec 9, 2025
Oklahoma City Overflow Parking | GovScope