Skip to main content

An official website of the United States government

You have 2 new alerts

USDA Seeks to lease office space in Richmond VA

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: Nov 21, 2024 09:42 am EST
  • Original Date Offers Due: Dec 30, 2024 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 14, 2025
  • 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:
    Richmond , VA
    USA

Description

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

City, State: Richmond, VA

Delineated Area: (See attached map for reference)

N: James River

E: Southern Bell/Warwick Road

S: Interstate 95

W: Western Chippenham/Powhite

Minimum Usable Square Feet (ABOA): 4,129

Maximum Usable Square Feet (ABOA): 4,335

Maximum Rentable Square Feet (RSF): 4,954

Space Type: Office and Related Space

Reserved Parking Spaces for Government Vehicles: 4

Reserved Parking Spaces for Visitors: 9

Non-reserved Parking Spaces for Employees (for use at no charge to the Government): 8

Full Term: 15yrs

Firm Term: 3yrs

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 100-year flood plain.
  • Additional parking spaces may be located on-site and/or within 1/4 of a mile of the premises, pedestrian accessible.
  • Preferred first floor, contiguous space that meets accessibility requirements.

Initial Offer Due Date: 12/30/2024; 4:00 PM EST

Lease Award Date (Estimated): 03/01/2025

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: Hoseah Njuguna/ Lease Contracting Officer

Phone Number: 816-823-3738

Email Address: Hoseah.njuguna@usda.gov

Alternate:

Lease Contracting Officer: Billie Carlton

Phone Number: 503-414-3280

Email Address: Billie.carlton@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.

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