U.S. Department of Agriculture Seeks to Lease Office and Related Space in Newark, OH

Agency: AGRICULTURE, DEPARTMENT OF
State: Ohio
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159448958216450
Posted Date: Apr 2, 2024
Due Date: Apr 30, 2024
Solicitation No: 57-39089-23-NR
Source: Members Only
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Newark, OH
Active
Contract Opportunity
Notice ID
57-39089-23-NR
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 02, 2024 02:57 pm EDT
  • Original Published Date: Nov 28, 2023 01:42 pm EST
  • Updated Response Date: Apr 30, 2024 05:00 pm EDT
  • Original Response Date: Dec 26, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 30, 2024
  • Original Inactive Date: Jan 10, 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:
    Newark , OH 43055
    USA
Description View Changes

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



LOCATION REQUIREMENTS:




  • City, State: Ohio

  • County: Newark





DELINEATED AREA (See attached map for reference)






  • Northern: Manning st / 79/ New Haven Avenue/ Buter Road NE

  • Eastern: Shawnee Run Stream

  • Southern: Licking River

  • Western: Northern Fork Licking River





SPACE REQUIREMENTS




  • Minimum Usable Square Feet (ABOA): 2,816

  • Maximum Usable Square Feet (ABOA): 2,957

  • Maximum Rentable Square Feet (RSF): 4,158





SPACE TYPE REQUIRED




  • Office and Related Space





PARKING REQUIREMENTS




  • Reserved Parking Spaces for Government Vehicles: 2 Reserve Parking Spaces for Government Vehicles

  • Reserved Parking Spaces for Visitors: 9 Reserve Parking Spaces for Visitors

  • Non-reserved Parking Spaces for Employees (for use at no charge to the Government): 9 non-Reserve Parking Spaces





TERM REQUIREMENTS:




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

  • Firm Term: 5 years (60 Months)

  • Termination Rights: 120 days in whole or in part, after the Firm Term

  • Option Term: None





ADDITIONAL REQUIREMENTS:



PARKING:




  • Lessor to provide infrastructure for two (2) Government supplied and installed EVSE charging station

  • Pull Through Parking for one (1) Semi-Trucks and Farm Trucks with livestock trailers. Pavement on property should be rated for heavy load to withstand heavy Equipment Semi-Truck and Trailer Usage.

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

  • One (1) non- reserve parking spaces shall be large enough to accommodate large, farm-type vehicles with trailers. The parking lot shall have pull-through capabilities 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



OFFERS DUE DATE:




  • Initial Offer Due Date: April, 30, 2024

  • Lease Award Date (Estimated): TBD





DOCUMENTATION OF OWNERSHIP/ AUTHORIZATION:




  • Any submission received without documentation of ownership and/or written authorization to represent owner(s) will not be considered until such time the documentation has been received. This documentation must be received on or before the due date for Expressions of Interest. 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.





SAM REQUIREMENTS




  • To submit an offer in response to a Request for Lease Proposals (RLP), the offeror must be registered and active in the System for Award Management (SAM) at SAM.gov. SAM registration will be a minimum requirement to submit a formal proposal in response to the RLP. It is strongly recommended that potential offerors register, verify, and/or renew their SAM registration on SAM.gov as soon as possible.



Send Offer to Government Contacts:




  • Name/Title: Heather Schmitt, Lease Contracting - Heather.Schmitt@usda.gov

  • Name/Title: Zisa Lubarov-Walton, Realty Specialist- Zisa.Lubarov-Walton@usda.gov



Notice: The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.


Attachments/Links
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 >