U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Texas
City: Fort Worth
Delineated Area: North: Cromwell-Marine Creek Road / Marine Creek Parkway / W McLeroy Blvd/ Western Center Blvd / Watauga Rd / Mid Cities Blvd
East: Precinct Line Rd / Randol Mill Rd / Cooks Ln / Brentwood Stair Rd / Crooked Ln / N. Meadowbrook Dr / Meadowbrook Dr / Handly Dr / E. Rosedale St / E Loop 820 S / W Kennedale Pkwy/ N Dick Price Rd
South: Everman Kennedale Rd / Anglin Dr / Lon Stephenson Rd / Forest Hill Dr / Heritage Ln / Wichita St / Joel East Rd / Will Rogers BLVD/ E. Altamesa Blvd/ Altamesa Rd/ Lakeside Dr
West: Boat Club Rd / Lake Worth Dr - Jacksboro Hwy / Roberts Cut Off Rd / River Oaks Blvd- 183 -Alta Mere Dr / Benbrook Blvd -377 / 20-East / Winscott Rd
Minimum Sq. Ft. (ABOA): 9,017 ABOA SF
(6,301 SF Office; 1,191 SF Laboratory; 2,000
SF Light Industrial)
Maximum Sq. Ft. (ABOA): 9,918 ABOA SF
Space Type: Office/Laboratory/Light Industrial
Parking Spaces (Total): 4
Parking Spaces (Surface): 4 Secured
Parking Spaces (Structured): 0
Parking Spaces (Reserved): 4
Full Term: 20 Years
Firm Term: 15 Years
Additional Requirements:
Additional Requirements (continued): • 36,000 SF ware yard with vehicular access for large vehicles pulling trailers/boats in excess of 50’ long. Drive through design is preferred.
• Level drive-in option is required.
• Light Industrial area floor shall be sealed concrete capable of handling forklift activity.
• Clear ceiling height of 14’ for 6,000 SF is required.
• Overhead door 14’ high and 16’ wide is required.
• Ground level space is required.
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/0.2-percent-annual chance] floodplain (formerly referred to as [“100-year”/“500-Year”] floodplain).
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.
Offers Due: 10/31/2023
Occupancy (Estimated): 3/1/2024
Send Offers to:
Electronic Offer Submission:
Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.
Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.
Solicitation Number:
Solicitation (RLP) Number 1TX2748
Government Contact Information (Not for Offer Submission)
Role Name Email
Lease Contracting Officer Jeffrey Navarro jeffrey.navarro@gsa.gov
Leasing Specialist Tye Likes tyrel.likes@gsa.gov
Project Manager Will Beaver willie.beaver@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.