Michigan Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Marshall, MI

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159249398739538
Posted Date: Mar 4, 2024
Due Date: Mar 25, 2024
Source: https://sam.gov/opp/793a3e4622...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Marshall, MI
Active
Contract Opportunity
Notice ID
57-26025-23-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?

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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 04, 2024 06:17 pm EST
  • Original Response Date: Mar 25, 2024 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 26, 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:
    Marshall , MI 49068
    USA
Description

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



State:



MI



City:



Marshall



Delineated Area:



N: L DR N



S: A Dr. N/W. Hughes St./B Dr N



E: 20 Mile Rd.



W: 12 Mile & 13 Mile Rd.



Minimum Sq. Ft. (ABOA):



3,483



Maximum Sq. Ft. (ABOA):



3,657



Maximum Sq. Ft. (RSF)



4,180



Space Type:



Office and Related Space



Reserved Parking Spaces (Total):



4 for Official Government Vehicles and 16 for Customers/Visitors. Parking shall be located near main entrance and reserved for the exclusive use of the Government.



Non-Reserved Parking Spacing (Total):



9 for Employees at no additional cost to the Government. Parking can be located on the premises or within 300 feet from premises and does not have to be reserved for the exclusive use of the Government.



Full Term:



Up to 20 (Twenty) years



Firm Term:



Up to 10 (Ten) years



Termination Rights:



120 days in whole or in part effective any time after the firm term of the lease.



Additional Requirements:




  • The government wishes to lease space in an existing building or in a building to be constructed for the government’s use.

  • A fully serviced lease is required.

  • Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.

  • The space offered, its location, and its surrounding areas must be compatible with the government’s intended use.

  • First floor space is preferred, shall be contiguous within the building, meeting accessibility requirements in the lease. If space above the first or ground floor is offered, the space shall have at least one (1) elevator meeting accessibility requirements of the lease.

  • Space shall not be located within the 1 percent annual change (formally known as the 100-year-flood plain) or wetland unless the Government has determined it to be the only practicable alternative.

  • Space should 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.

  • Space be located in a professional office setting and preferably not within close proximity to residential areas.



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:



March 25, 2024



Market Survey (Estimated):



May 3, 2024



Occupancy (Estimated):



October 25, 2025



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. Pending Purchase Agreement and/or Conditional Contract required.



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 and visual (i.e., parking plan) depicting offered parking spaces.



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.



* 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:



NaJeema Randall, USDA Lease Contracting Officer



Email Address:



Najeema.randall@usda.gov


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 04, 2024 06:17 pm ESTPresolicitation (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 >