USDA (United State Department of Agriculture) Seeks Office and Related Space in Goodland, KS (Sherman County)

Agency:
State: Kansas
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159913726689297
Posted Date: Feb 16, 2024
Due Date: Mar 20, 2024
Source: Members Only
Follow
USDA (United State Department of Agriculture) Seeks Office and Related Space in Goodland, KS (Sherman County)
Active
Contract Opportunity
Notice ID
57-20181-24-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: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 16, 2024 01:35 pm CST
  • Original Published Date: Feb 16, 2024 01:09 pm CST
  • Updated Date Offers Due: Mar 20, 2024 05:00 pm CDT
  • Original Date Offers Due: Mar 20, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 04, 2024
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Goodland , KS 67735
    USA
Description

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



State: KS



City: Goodland



Delineated Area: City Limits of Goodland, KS



Minimum Sq. Ft. (ABOA): 4,716



Maximum Sq. Ft. (ABOA): 4,952



Maximum Sq. Ft. (RSF) 5,660



Space Type: Office and related storage



Reserved Parking Spaces (Total): 8



Non-Reserved Parking Spacing (Total): 27



Full Term: 20 years



Firm Term: 5 years



Termination Rights: 120 days’ notice



Additional Requirements: 200 sf exterior storage and 200sf touchdown container



NOTE: The United States Government currently occupies office and related space in a building under a lease in Goodland, KS that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating. These costs include physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. The Government will not pay any costs incurred as a result of this advertisement.



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 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.



Offers 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 offer due date.



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. A 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.


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 >