Michigan Bids > Bid Detail

USDA Seeks to Lease Office and Related Space In Grand Traverse County Traverse City, MI

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159157959668154
Posted Date: Mar 27, 2024
Due Date: Apr 8, 2024
Solicitation No: 57-26055-24-FA
Source: https://sam.gov/opp/d78b5f62be...
Follow
USDA Seeks to Lease Office and Related Space In Grand Traverse County Traverse City, MI
Active
Contract Opportunity
Notice ID
57-26055-24-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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 06:52 am EDT
  • Original Response Date: Apr 08, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 23, 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:
    Traverse City , MI
    USA
Description

U.S. GOVERNMENT



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



State: Michigan



City: Traverse City



Delineated Area:



North: E. Front Road



South: W/E South Airport Road



East: N. Three Miles Road



West: US 31



Minimum Sq. Ft. (ABOA): 6,812



Maximum Sq. Ft. (ABOA): 7,153



Maximum Sq. Ft. (RSF) Cannot exceed 8,505



Space Type: Office and related space



Reserved Government Vehicle Parking Spaces: Eleven (11) onsite reserved parking spaces for GOV’s



Reserved Visitor/Customer Parking Spaces: Fifteen (15) on site reserved parking spaces for customers.



Non-Reserved Employee Parking Spacing : Sixteen (16) may be located on site and/or within ¼ mile of the front of the premises, pedestrian accessible.



Full Term: Ten (10) Years



Firm Term: Five (5) years



Termination Rights: 120 days in whole or in part.



Additional Requirements:




  • Parking area shall be able to accommodate trucks with trailers.

  • Preferred first floor, contiguous space that meets accessibility requirements.

  • Office space must meet or include plans to renovate to meet Gov.

  • The space offered, it’s location and its surroundings must be compatible with the Governments intended use.

  • A fully serviced lease is required.

  • Subleases will not be considered.



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.



Expressions of Interest Due: Monday, April 8, 2024, at 4;30 PM Eastern



Market Survey (Estimated): TBD



Occupancy (Estimated): Upon Acceptance of space.



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 Fire Protection & Life Safety Requirements.



11. 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: Iris Bates



Email Address: Iris.bates@usda.gov



Government Contact Information



Name/Title: Iris Bates, Lease Contracting Officer



Email Address: Iris.bates@usda.gov



Phone Number: 202-720-3418




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
  • Mar 27, 2024 06:52 am 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 >