USDA Seeks Office Space for Lease in Valdosta, Georgia
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 (Original)
- Original Published Date: Jul 10, 2024 04:24 pm EDT
- Original Response Date: Aug 02, 2024 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 17, 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: Valdosta , GA 31601USA
Description
USDA FPAC-BC
U.S. GOVERNMENT
Department of Agriculture (USDA) seeks to lease the following space:
State: GA
City: Valdosta
Delineated Area:
N: City Limits
S: City Limits
E: City Limits
W: City Limits
Minimum Sq. Ft. (ABOA): 4288
Maximum Sq. Ft. (ABOA): 4503
Maximum Sq. Ft. (RSF): 5146
Space Type: General Office
Reserved Government Vehicle
Parking Spaces: 2
Reserved Visitor/Customer
Parking Spaces: 10
Non-Reserved Employee Parking Spacing (located on-site or within 300 feet of premises): 13
Full Term: 20
Firm Term: 3
Termination Rights: 120
Additional Requirements:
- Pull-through parking is required to ensure customers and trucks with trailers can safely ingress and egress the facility.
- Supporting infrastructure for (01) dual-port Level 2 EVSE Charging Stations in support of USDA’s electric vehicles as part of tenant improvements.
- Additional physical security requirements included as part of the tenant improvements (examples include: IDS system, specific door and lock types, hardened customer service counters, etc.).
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:
08/02/2024
Market Survey (Estimated):
08/13/2024
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.
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 Seismic Safety Standards, as applicable.
11. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.
12. 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: Marty Glann, Lease Contracting Officer
Email Address: marty.glann@usda.gov
Government Contact Information
Name/Title: Marty Glann, Lease Contracting Officer
Email Address: marty.glann@usda.gov
Phone Number: (501) 745-5161 Ext. 114
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
- Marty Glann
- marty.glann@usda.gov
- Phone Number 5017455161114
Secondary Point of Contact
History
- Aug 17, 2024 11:55 pm EDTPresolicitation (Updated)
- Jul 10, 2024 04:24 pm EDTPresolicitation (Original)