Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Rockville IN

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Sep 21, 2022 03:36 pm EDT
  • Original Published Date: Feb 08, 2022 02:17 pm EST
  • Updated Response Date: Oct 24, 2022 04:30 pm EDT
  • Original Response Date: Feb 24, 2022 05:00 am EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • 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:
    Rockville , IN 47872
    USA

Description

United States Department of Agriculture                                                             

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

State: IN

City: Rockville

Delineated Area:

North: 4-H Road

East:  Nyesville Road

South: County Road 150 S

West: Cooke Road

Minimum Sq. Ft. (ABOA): 3,733 ABOA

Maximum Sq. Ft. (ABOA): 3,919 ABOA

Maximum Sq. Ft. (RSF): Not to Exceed 4,479 RSF

Space Type: Office Space

Reserved Parking Spaces (Total): Three (3) spaces

Non-Reserved Parking Spaces (Total): Eighteen (18) Spaces

Full Term: Ten (10) Years (120 Months)

Firm Term: Five (5) years (60 Months)

Additional Requirements:

  • Space for two exterior 10 X 10 sheds and sheds provided by offeror
  • Pull- through parking for oversized and farm vehicles
  • A fully serviced lease is required
  • Contiguous and continuous space on the first floor is preferred
  • Offered space must meet government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the lease
  • Offered space shall not be in the 100-year flood plain
  • Offered space shall meet government (Level 1) Physical Security Requirements
  • 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.  .

Expressions of Interest Due: 10/24/2022

Market Survey or  Building Tour (Estimated): 11/5/2022

Occupancy (Estimated): TBD

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.

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.

9.     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.  

Send Expressions of Interest to:

Name/Title: Zisa Lubarov-Walton, Realty Specialist

Email Address: Zisa.Lubarov-Walto@USDA.gov

Government Contact Information:

Lease Contracting Officer: Antonio Rodriguez

Realty Specialist: Zisa Lubarov-Walton

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