Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Department Of Agriculture (USDA) seeks to lease the following space in Preston (Franklin County), CO

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 (Updated)
  • Updated Published Date: Feb 02, 2023 02:06 pm CST
  • Original Published Date: May 12, 2021 02:07 pm CDT
  • Updated Date Offers Due: Jan 13, 2023 03:00 pm CST
  • Original Date Offers Due: Jun 04, 2021
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 28, 2023
  • Original Inactive Date: Jun 19, 2021
  • 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:
    Preston , ID 83263
    USA

Description

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

City, State:

Preston, Idaho

County:

Franklin County

Delineated Area:

(See attached map for reference)

N: City Limits of Preston, Idaho

E: City Limits of Preston, Idaho

S: City Limits of Preston, Idaho

W: City Limits of Preston, Idaho

Minimum and Maximum Usable Square Feet (ABOA):

Minimum ABOA 4,363 sf to Maximum ABOA 4,580 sf

Rentable Square Feet (RSF):

5,500 sf

Space Type:

Office and Related Space

Reserved Parking Spaces for Government Vehicles:

4

Additional Parking Spaces

(available for use at no charge to the Government):

26

Full Term:

Ten (10) Years

Firm Term:

Five (5) Years

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.
  • Room for ATV and UTV on trailers, and shed to store them.
  • Snow Removal multiple times a day as necessary

Expressions of Interest Due:

6/4/2021

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.

* 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 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 SAM.gov as soon as possible.

Send Expressions of Interest to:

Name/Title:

Louis Zolotor

Email Address:

louis.zolotor@usda.gov

Government Contact:

Lease Contracting Officer:

Rachel Geiselman

Email Address:

Rachel.geiselman@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.

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