Indiana Bids > Bid Detail

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

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159567857404036
Posted Date: Jun 14, 2023
Due Date: Jul 31, 2023
Solicitation No: 57-18121-22-FA
Source: https://sam.gov/opp/0f9313065f...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Rockville, IN
Active
Contract Opportunity
Notice ID
57-18121-22-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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 14, 2023 03:25 pm EDT
  • Original Published Date: Feb 08, 2022 02:17 pm EST
  • Updated Response Date: Jul 31, 2023 05:00 pm EDT
  • Original Response Date: Feb 24, 2022 05:00 am EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date:
  • 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

United States Department of Agriculture



Advertisement



U.S. GOVERNMENT



The U.S. Department of Agriculture (USDA) seeks to lease the following space:



State: IN



City: Rockville



Delineated Area: SEE DELINEATED AREA MAP



NORTHERN: HWY 36 and 362 to Strawberry Road to Balard Road, North to Golf Course Road, HWY 41 North to County Road 200N to Marshall Road North to 279N, West to the Corner of 250N



SOUTHERN: 41 to 150S to 200S to 121



EASTERN: 250N to 400E /Nyesville Road / 275E to 121



WESTERN: 41 to Cooke Road to 36 to 362 to Strawberry road



Minimum Sq. Ft. (ABOA): 4,763



Maximum Sq. Ft. (ABOA): 5,001



Maximum Sq. Ft. (RSF): 5,715



Space Type: Office Space



Reserved Parking Spaces (Total): 4 Reserved Parking Spaces



Non-Reserved Parking Spaces (Total): 24 Non Reserve Parking Spaces



Full Term: (120 Months) 10 Years



Firm Term: (60 Months) 5 Years



Additional Requirements:




  • Three Outdoor sheds (200 SF each) to store Equipment



PARKING:




  • The parking shall be either on site or publicly located within ¼ walkable mile (1,320 Feet) of the public entrance of the Premises.

  • Three of the non- reserve parking spaces shall be large enough to accommodate large, farm-type vehicles/ Semi Trucks with trailers. The parking lot shall have pull-through capabilities for Trucks and Trailers and shall not be obstructed by adjacent building/ tenant usage.



OFFERED SPACE:




  • 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 space is preferred. Office space must be contiguous, on one floor. 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 500 year flood plain.



Expressions of Interest Due: July, 31, 2023



Market Survey or Building Tour (Estimated): 15 to 45 days after Expressions of Interest Due Date



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. Name, business address, and telephone number of the offeror. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property is required. *






  1. If the offeror is not the building owner provide the owner name, business name (If applicable), business address and telephone number of the building owner.






  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.






  1. 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.






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






  1. Date of space availability.






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






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






  1. 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.





* As mentioned 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:



Zisa Lubarov-Walton



Email Address: Zisa.Lubarov-Walton@usda.gov





Government Contact Information:



Antonio Rodriguez, Lease Contracting Officer



Realty Specialist, Zisa Lubarov-Walton, Realty Specialist






Attachments/Links
Attachments
Document File Size Access Updated Date
1e Delineated Area Boundaries and map.pdf (opens in new window)
461 KB
Public
Jun 14, 2023
2a. Delineated Area Map.PNG (Deleted)
452 KB
Public
Jun 14, 2023
file uploads

Contact Information View Changes
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 >