Indiana Bids > Bid Detail

U.S. Department of Agriculture Seeks Office Space in Frankfort, IN

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159194402324000
Posted Date: Aug 2, 2023
Due Date: Aug 23, 2023
Solicitation No: 57-18023-23-FA
Source: https://sam.gov/opp/e98b17adb8...
Follow
U.S. Department of Agriculture Seeks Office Space in Frankfort, IN
Active
Contract Opportunity
Notice ID
57-18023-23-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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 02, 2023 03:14 pm EDT
  • Original Response Date: Aug 23, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2023
  • 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:
    Frankfort , IN
    USA
Description

U.S. GOVERNMENT





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





State:



Indiana



City:



Frankfort



Delineated Area:



North: South Side of County Road 100 North



South: North Side of County Road 200 South



East: West Side of County Road 250 East



West: East side of County Road 200 West



Minimum Sq. Ft. (ABOA):



2,624



Maximum Sq. Ft. (ABOA):



2,755



Maximum Sq. Ft. (RSF)



3,148



Space Type:



Office



Reserved Parking Spaces (Total):



2 for Government Vehicles



Non-Reserved Parking Spacing (Total):



22 for Employees and Visitors



Full Term:



10 Years



Firm Term:



5 Years



Termination Rights:



120 days



Additional Requirements:



1. 400 SF of External Storage to store farming equipment such as No-Till Drill and a storage shed.



2. Pull through parking to accommodate large vehicles, trailers, livestock, and etc.





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 [100/500]1-percent-annual chance (formally 100-year) 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.





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





Expressions of Interest Due:



August 23, 2023



Market Survey (Estimated):



September – October



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:



David Han / Lease Contracting Officer



Email Address:



David.Han@usda.gov



Government Contact Information



Name/Title:



David Han / Lease Contracting Officer



Email Address:



David.Han@usda.gov



Phone Number:



202-720-0848


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
  • Aug 02, 2023 03:14 pm EDTPresolicitation (Original)

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 >