Skip to main content

An official website of the United States government

You have 2 new alerts

SNOW SURVEY WAREHOUSE AND WARE-YARD

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: Sources Sought (Original)
  • Original Published Date: Jun 10, 2022 09:01 am PDT
  • Original Response Date: Jun 15, 2022 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 531130 - Lessors of Miniwarehouses and Self-Storage Units
  • Place of Performance:
    Reno , NV 89502
    USA

Description

57-32031-22NR    SNOW SURVEY WAREHOUSE AND WARE-YARD

City, State:

RENO, NEVADA

County:

WASHOE

Delineated Area:

(See attached map for reference)

N: Bounded by North of Mill Street

E: Bounded by Veterans Parkway

S: Bounded by South Virginia and ALT 431

W: Bounded by McCarran Boulevard

Minimum and Maximum Usable Square Feet (ABOA):

Minimum 1,600 SF, Maximum 1,800 SF

Rentable Square Feet (RSF):

Not to Exceed 2000 RSF

Wareyard 1000 RSF

Space Type:

Warehouse and Related Space

Reserved Parking Spaces for Government Vehicles:

3

Additional Parking Spaces

(available for use at no charge to the Government):

3

Full Term:

5 Years

Firm Term:

3 Years

Termination Rights:

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

Option Term:

None

Additional Requirements:

  • The Government wishes to lease warehouse and ware yard space for Government’s use.
  • 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 surroundings must be compatible with the Government’s intended use.
  • Partly service All utilities required.  No Janitorial service are required.
  • Offered space and sites shall not be in the 100-year flood plain.
  • Preferred first floor, contiguous space that meets accessibility requirements.

Initial Offer Due Date:

June 15, 2022

Lease Award Date (Estimated):

July 17, 2022

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.

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