Indiana Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Rockville, IN

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159050289109586
Posted Date: Nov 20, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/ec69bd79cf...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Rockville, IN
Active
Contract Opportunity
Notice ID
57-18121-23-FA
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER
Office
FPAC BUS CNTR-MGMT SVS DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 20, 2023 11:23 am EST
  • Original Published Date: Nov 20, 2023 11:20 am EST
  • Updated Response Date: Dec 18, 2023 05:30 pm EST
  • Original Response Date: Dec 18, 2023 05:30 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 02, 2024
  • Original Inactive Date: Jan 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Rockville , IN 47872
    USA
Description View Changes

Advertisement



USDA FPAC-BC



U.S. GOVERNMENT



Department of Agriculture (USDA) seeks to lease the following space:



LOCATION INFO:




  • State: IN

  • City: Rockville

  • Delineated Area:

    • NORTHERN: Coloma Rd. and 300W, 300W to Strawberry Road, B’Dale Rd, Golf Course Rd, US-41, County Rd. 200N, Marshall Rd., 194 / E 275N, E 275N, ending at 189 / County Rd 400 E.

    • EASTERN: 189 / County Rd. 400 E, Nyesville Rd, US-36, 275 E, ending at New Discovery Rd

    • SOUTHERN: New Discovery Rd. / 121 to New Discovery Rd., Bridgetown Rd., County Rd. 200 S, Catlin Rd., County Rd. 150 S, US-41, ending at 93 / Cooke Rd.

    • WESTERN: 93 / Cooke Rd. to US-36, Coloma Rd, ending at Coloma Rd. and 300W.





SPACE INFO:




  • Minimum Sq. Ft. (ABOA): 4,900

  • Maximum Sq. Ft. (ABOA): 5,145

  • Maximum Sq. Ft. (RSF): 5,880

  • Space Type: OFFICE



PARKING INFO:




  • Hitching Post: Space for one hitching post to tether horses

  • Electric Vehicle Charging: Lessor to provide infrastructure for one (1) Government supplied and installed EVSE charging station

  • Reserved Parking Spaces for Visitors: Six (6) Reserved Parking Spaces for Visitors

  • Reserved Parking Spaces for Government Vehicles: Three (3) Reserved Parking Spaces for Government Vehicle

  • Non-Reserved Parking for Employees: Sixteen (16) Non-Reserved Parking for Employees at no additional cost to the government.



TERM INFO:




  • Full Term: Up to 20 Years (240 Months)

  • Firm Term: 5 Years (60 Months)

  • Termination Rights: 120 Days



Additional Requirements:



PARKING




  • Parking Shall be on Site.

  • Hitching Post for tethering horses.




  • Lessor to provide infrastructure for one (1) Government supplied and installed EVSE charging station

  • Three exterior storage sheds, approximately 200SF each for a total of 600 SF exterior storage.



OFFERED SPACE:




  • Incumbent Lessor shall provide phased construction or swing space to keep USDA operating during construction.

  • The space offered, its location, and its surrounding areas must be compatible with the Government’s intended use.

  • Space will not be considered where any living quarters are located within the building.

  • Space shall not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/ discharged, or where there are tenants related to drug treatment or detention facilities.

  • Subleases are not acceptable.

  • First floor contiguous space preferred and must be ADA compliant or can be made to be ABAAS compliant. If space offered is above the ground level, then at least one (1) accessible elevator will be required.

  • The Government will have access to the Space 24-hours a day, 7-days a week. Normal hours of operation are Monday through Friday 6:00 AM – 6:00 PM (excluding Saturdays, Sundays, and Federal Holidays).

  • Offered space must meet the Government’s requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.

  • A fully serviced lease is required. All services, janitorial services, utilities shall be provided as part of the rental consideration. Offered space shall not be in the 100-year flood Zone

  • 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 (formally 100-year) flood plain.





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.





************************************************************************************************



TIMELINE INTO:




  • Expressions of Interest Due: December 18, 2023 by 5:30 pm (ET)

  • Market Survey (Estimated): Approximately 30 to 45 days after Expressions of Interest

  • Occupancy (Estimated): TBD



Note: Entities not currently registered in the System for Award Management (SAM) at SAM.gov, are advised to start the registration process as soon as possible if intending to submit an offer for possible lease award.



Expressions of Interest shall include the following:




  1. If existing building, building name and address, and location of the available space within the Building, along with building site/ lot plans, interior layout drawings/pictures (with dimensions shown) reflecting the Space that is being offered.

  2. If new construction, site/aerial plans or building site/lot plans showing the location of the proposal land, along with the parcel number (if part of multiple parcels, all parcel numbers associated with the proposed land). Adjacent streets showing proposed ingress/egress shall be shown on the plans.

  3. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.

  4. Date of space availability.

  5. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required. *

  6. Amount of/type of parking available on-site.

  7. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.

  8. For existing buildings, provide information on condition of building systems, roof, foundation, and current floor plan. Alternatively, provide a copy of a recent commercial building inspection or appraisal.

  9. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).

  10. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable.

  11. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.

  12. For new construction or properties requiring expansion of the footprint of the building, confirmation that offered space meets or will be made to meet National Environmental Protection Act of 1969 (NEPA) Requirements.



* As mentioned in #5 above, any submission received without written authorization to represent owner(s) will not be considered until such time the documentation has been received. In cases where an agent is representing multiple entities, written acknowledgement/permission from each entity to represent multiple interest parties for the same submission must be submitted prior to the Expressions of Interest due date.





Send Expressions of Interest to:




  • Name/Title: Heather Schmitt, Lease Contracting Officer (LCO)

  • Name/ Title: Zisa Lubarov-Walton, Realty Specialist

  • Email Address: Heather.Schmitt@usda.gov; Zisa.lubarov-walton@usda.gov



Government Contact Information






  • Name/Title: Heather Schmitt, Lease Contracting Officer (LCO)

  • Name/ Title: Zisa Lubarov-Walton, Realty Specialist

  • Email Address: Heather.Schmitt@usda.gov; Zisa.lubarov-walton@usda.gov




Attachments/Links
Contact Information
Contracting Office Address
  • FPAC BUS CNTR-MGMT SVS DIV 1400 INDEPENDENCE AVE SW
  • WASHINGTON , DC 20250
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >