U.S. Department of Agriculture Seeks to Lease Office and Related Space in Forest Hill, MD
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: May 11, 2023 01:14 pm EDT
- Original Response Date: Jun 12, 2023 05:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Jun 13, 2023
- 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: Forest Hill , MD 21050USA
Description
United States Department of Agriculture
Advertisement
USDA - U.S. GOVERNMENT
The U.S. Department of Agriculture (USDA) seeks to lease the following space:
State: MD
City: Forest Hill
Delineated Area:
North: Route 165/ Route 440
East: Route 136
South: Route 22/Route 165/ Route 152
West: Route 165
Minimum Sq. Ft. (ABOA): 3,669 Minimum Usable SF
Maximum Sq. Ft. (ABOA): 3,884 Maximum Usable SF
Maximum Sq. Ft. (RSF): Not To Exceed 4,439
Space Type: Office
Reserved Parking Spaces (Total): 5
Non-Reserved Parking Spaces (Total): 34
Full Term: 120 months (10 years)
Firm Term: 60 Months (5 years)
ADDITIONAL REQUIREMENTS
ELECTRIC VEHICLE CHARGING STATION: This location requires the installation of an Electric Vehicle Charging Station.
PARKING: The parking shall be either on site or publicly located within ¼ walkable mile (1,320 Feet) of the public entrance of the Premises.
• Three of the parking spaces shall be large enough to accommodate large, farm-type vehicles such as semi-trucks with trailers up to 30 feet. The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building/ tenant usage.
OFFERED SPACE:
• The space offered, its location, and its surrounding areas must be compatible with the Government’s intended use.
• Space will not be considered where any living quarters are located within the building.
• Space shall not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/ discharged, or where there are tenants related to drug treatment or detention facilities.
• Subleases are not acceptable.
• First floor space is preferred. Office space must be contiguous, on one floor. If space offered is above the ground level, then at least one (1) accessible elevator will be required.
• The Government will have access to the Space 24-hours a day, 7-days a week. Normal hours of operation are Monday through Friday 6:00 AM – 6:00 PM (excluding Saturdays, Sundays, and Federal Holidays).
• Offered space must meet the Government’s requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.
• A fully serviced lease is required. All services, janitorial services, utilities shall be provided as part of the rental consideration. Offered space shall not be in the 100-year flood Plain.
Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action.
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 100 year flood plain.
Expressions of Interest Due: June 12, 2023
Market Survey or Building Tour (Estimated): 15 to 45 days after Expressions of Interest
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:
- Offeror Company Name, Name, address, and telephone number. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property is required. *
- Building owner Company name, Name, address, email and telephone number.
- If existing building, building name and address, and location of the available space within the Building, along with building site/ parking plans, interior layout drawings/pictures (with dimensions shown) reflecting the Space that is being offered.
- 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.
- Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.
- Date of space availability.
- Amount of/type of parking available on-site.
- Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.
- 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 #1 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: Zisa Lubarov-Walton, Realty Specialist
Email Address: Zisa.Lubarov-Walton@usda.gov
Government Contact Information:
Lease Contracting Officer: Iris Bates
Realty Specialist: Zisa Lubarov-Walton
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
- Zisa Lubarov-Walton
- zisa.lubarov-walton@usda.gov
- Phone Number 6905435432
Secondary Point of Contact
- Iris Bates
- iris.bates@usda.gov
- Phone Number 2027203418
History
- Apr 24, 2024 11:55 pm EDTPresolicitation (Updated)
- Apr 01, 2024 02:44 pm EDTPresolicitation (Updated)
- Jun 13, 2023 11:59 pm EDTPresolicitation (Original)