United States Department of Agriculture (USDA) Seeks to Lease Office Space in Fairview, OK (Major County)
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 (Updated)
- Updated Published Date: Jan 20, 2022 09:08 am CST
- Original Published Date: Nov 13, 2020 08:22 am CST
- Updated Response Date: Jan 26, 2022 04:00 pm CST
- Original Response Date: Dec 14, 2020 04:00 pm CST
- Inactive Policy: Manual
- Updated Inactive Date: Jan 27, 2022
- Original Inactive Date: Dec 29, 2020
- 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: Fairview , OK 73737USA
Description
The U.S. Department of Agriculture (USDA) seeks to lease the following space:
City, State: Fairview, OK
County: Major
Delineated Area: (See attached map for reference)
North: State Road/Hwy 58: Santa Fe St. to Landcrest Drive
East: Hwy 58 Frontage 12th Ave. to Landcrest Drive, 12th Ave Hwy 58 to Central St.
South: Central St: Santa Fe St. to N 12th Ave PLUS: Cedar Springs Road/Hwy 60 Frontage N 2520 Rd/Vo-Tech Dr. to Main St. & South Main Street/Hwy 60 Frontage to Central Street
West: Santa Fe Street from State Rd to Central St.
Minimum and Maximum Usable Square Feet (ABOA): Approximately 3100 USF of General Purpose Office Space.
- Plus 200 Square feet of structured, on-site outside storage, or adequate area available for placement of a 10’ X 20’ storage building.
Rentable Square Feet (RSF): Approximately 3600 RSF of General Purpose Office Space
Space Type: Office and Related Space, plus outside storage.
Reserved Parking Spaces for Government Vehicles: 3 GOV’s, (fence with gate may be required if/when determined necessary. Site plan should reflect secure fence option.)
Additional Parking Spaces (available for use at no charge to the Government): Total of 25 parking spaces for use by USDA, a portion may be shared if determined appropriate.
Full Term: Up to Twenty (20) Years
Firm Term: Three (3) Years
Termination Rights: 120 days in whole or in part, after the Firm Term
Option Term: To be determined
Additional Requirements:
- The Government wishes to lease space in an existing building, or in a building to be constructed for the Government’s use.
- Site must be accessible by hard surface publicly maintained roads.
- Hard Surface parking must provide drive-thru design or adequate area to maneuver farm trucks with trailers.
- 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. (Utilities, Janitorial Service, Pest Control, Lawn Maintenance, etc. are to be provided by the lessor. Lessor cost to provide services is a component of the lease rate.)
- Offered space and sites shall not be in the 100-year flood plain.
Expressions of Interest Due: December 14, 2020
Market Survey Date (Estimated): TBD
Lease Award Date (Estimated): TBD
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. Building or Site Ownership Information. If offeror is not owner, authorization to show property will be required.*
6. Amount of parking available on-site.
7. If existing building, and if the space submitted does not meet the square footage requirements in this advertisement, whether the building or space submitted can be expanded to meet those requirements.
8. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.
9. For existing buildings, provide information on condition of building systems (roof, HVAC, electrical, plumbing, facade etc.). Alternatively, provide a copy of a recent commercial building inspection or appraisal.
10. Contact information. Ensure name, phone number and email address are provided accurately for follow-up.
* 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), if an RLP is issued for this project, the offeror must be registered and active in the System for Award Management (SAM) at BETA.SAM.gov. This registration is not required to respond to this advertisement, but 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 BETA.SAM.gov as soon as possible. NOTE: “Purpose of registration” must reflect: “all awards”
Send Expressions of Interest referencing USDA RLP: 57-40093-21-FA to:
Name/Title: Nita Morris, Lease Contracting Officer (LCO),
Address: 100 USDA, Suite 102, Stillwater, OK 74074
Phone: (405)742-1043
Email Address: Nita.morris@usda.gov
Name/Title: Brenda Green, Realty Specialist
Email Address: Brenda.d.green@usda.gov
Notice: This is not a solicitation for offers, nor is it a request for proposals. 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.
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
- Nita Morris
- nita.morris@usda.gov
- Phone Number 4057421043
Secondary Point of Contact
- Brenda Green
- brenda.d.green@usda.gov
History
- Feb 17, 2022 12:24 pm CSTSources Sought (Updated)
- Feb 17, 2022 11:56 am CSTSources Sought (Updated)
- Jan 27, 2022 10:55 pm CSTSources Sought (Updated)
- Jan 20, 2022 09:08 am CSTSources Sought (Updated)
- Dec 29, 2020 10:55 pm CSTSources Sought (Original)