Pennsylvania Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Office and Related Space in WATERFORD, PA (Erie County)

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159931569875513
Posted Date: Feb 21, 2024
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/91b432e841...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in WATERFORD, PA (Erie County)
Active
Contract Opportunity
Notice ID
57-42049-23-FA-RLP
Related Notice
57-42049-23-FA
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 21, 2024 09:51 am EST
  • Original Published Date: Nov 08, 2023 04:07 pm EST
  • Updated Date Offers Due: Dec 15, 2023 04:30 pm EST
  • Original Date Offers Due: Dec 15, 2023 04:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 24, 2024
  • Original Inactive Date: Dec 30, 2023
  • 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:
    Waterford , PA
    USA
Description

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





City, State:



Waterford, PA



County:



Erie County



Delineated Area:



(See attached map for reference)



N: Gore RD, Rt 97, I-90, I-79, Grandview Blvd





E: Flatts Rd, Depot Rd, Donation Rd, Rt 8





S: Route 6N





W: Rt 832, I-9-, RT 98, RT 6N





Minimum Usable Square Feet (ABOA):



2843 sq ft



Maximum Usable Square Feet (ABOA):



2986 sq ft



Maximum Rentable Square Feet (RSF):



3412 sq ft



Space Type:



Office and Related Space



GOVERNMENT OFFICIAL VEHICLE (GOV) SURFACE/ OUTSIDE RESERVED PARKING SPACES:



2



PRODUCER/ VISITOR SURFACE/ OUTSIDE RESERVED PARKING SPACES:



7



EMPLOYEE SURFACE/ OUTSIDE NON-RESERVED PARKING SPACES:



9 at no additional cost to govt. Within 1/4th mile



Full Term:



15 years



Firm Term:



5 years



Termination Rights:



120 days in whole or in part, after the Firm Term



Option Term:



None



Tenant Improvements:



Turnkey Tenant Improvement Build-out



Additional Requirements:






  • PULL THROUGH PARKING FOR TRUCKS AND TRAILERS.

  • SQUARE FEET MAY REFLECT NON-USDA PARTNERS WHERE NRCS PROVIDES WORKSPACE TO PARTNERS THROUGH AGREEMENT.

  • THE SPACE OFFERED, ITS LOCATION, AND ITS SURROUNDING AREAS MUST BE COMPATIBLE WITH THE GOVERNMENTS INTENDED USE.

  • THE GOVERNMENT WISHES TO LEASE SPACE IN AN EXISTING BUILDING. NEW CONSTRUCTION WILL ONLY BE CONSIDERED IF IT CAN BE DELIVERED BY THE ESTIMATED OCCUPANCY DATE. SPACE WILL NOT BE CONSIDERED WHERE ANY LIVING QUARTERS ARE LOCATED WITHIN THE BUILDING.

  • SPACE SHALL NOT BE LOCATED NEAR ESTABLISHMENTS WHOSE PRIMARY OPERATIONS 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 OR GROUND FLOOR SPACE IS PREFERRED, SHALL BE CONTIGUOUS AND CONTINUOUS 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.

  • OFFERED SPACE MUST MEET GOVERNMENT REQUIREMENTS FOR FIRE SAFETY, ACCESSIBILITY, SEISMIC, AND SUSTAINABILITY STANDARDS PER THE TERMS OF THE LEASE.

  • 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 THROUGH 6:00 PM (EXCLUDING SATURDAYS, SUNDAYS, AND FEDERAL HOLIDAYS).

  • A FULLY SERVICED LEASE IS REQUIRED.

  • OFFERED SPACE SHALL NOT BE IN THE 0.2-PERCENT-ANNUAL CHANCE FLOODPLAIN (FORMERLY REFERRED TO AS “500-YEAR” FLOODPLAIN).





Initial Offer Due Date:



12/15/2023





Lease Award Date (Estimated):





5/10/2024







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.





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:



E. Shawn Hayes – Realty Specialist



Email Address:



eulando.hayes@usda.gov





Lease Contracting Officer:



Iris Bates – Lease Contracting Officer



Email Address:



Iris.Bates@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
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 >