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 Shannon County, Eminence Missouri

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: Solicitation (Original)
  • Original Published Date: Jul 05, 2022 09:03 pm CDT
  • Original Date Offers Due: Aug 05, 2022 11:59 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 06, 2022
  • 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:
    Eminence , MO 65466
    USA

Description

City, State: Eminence, Missouri

County: Shannon

Delineated Area: 

(See attached map for reference)

N: Hwy 106 from Hwy H to East City Limits, City Limits North of 106, Hwy 106 from West City Limits to Hwy E.

E: Hwy 19 from Hwy 60 to H Hwy, H Hwy to Hwy 106.

S: Hwy 60 from Hwy E to Hwy 19, H Hwy.

W: West City Limits North from Hwy 106, E Hwy South from Hwy 106 to Hwy 60.

Minimum and Maximum Usable Square Feet (ABOA): 3,245 / 3,407

Rentable Square Feet (RSF): 3,894

Space Type: Office and Related Space

Reserved Parking Spaces for Government Vehicles: 9

Additional Parking Spaces (available for use at no charge to the Government): 29

Full Term: 10

Firm Term: 5

Termination Rights: 120 days in whole or in part, after the Firm Term

Option Term: None

Additional Requirements:

  • The Government wishes to lease space in an existing building, or in a building to be constructed for the 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.
  • A fully serviced lease is required. 
  • Offered space and sites shall not be in the 100500-year flood plain.
  •    Lessor to provide and maintain a minimum of 400 sf structured outside storage to accommodate UTV/ATVs with trailers.
  •    Lessor to provide pull through entrance/exit and parking for semi – trucks, big trucks, and trailers.

Initial Offer Due Date: 8/4/2022 11:59pm CDT

Lease Award Date (Estimated): 2/1/2023

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:

Name/Title: Mike Zaring / Realty Specialist

Email Address: Michael.zaring@usda.gov

Government Contact:

Lease Contracting Officer: Audrey Rivas

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.

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