Skip to main content

An official website of the United States government

You have 2 new alerts

USDA Seeks to Lease office and Related space in Hardinsburg, KY Breckinridge County

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 (Updated)
  • Updated Published Date: Jul 02, 2024 01:43 pm EDT
  • Original Published Date: Mar 29, 2024 07:01 am EDT
  • Updated Response Date: Jul 25, 2024 04:30 pm EDT
  • Original Response Date: Apr 09, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 09, 2024
  • Original Inactive Date: Apr 24, 2024
  • 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:
    Hardinsburg , KY
    USA

Description

U.S. GOVERNMENT

Department of Agriculture (USDA) seeks to lease the following space:

State: Kentucky

City: Hardinsburg

Delineated Area:

North: US Highway 992 continue to 2nd Street to A. Main Street to 3rd Street

South: Old State Road 60

East: US Highway 60

West: US Highway 60

Minimum Sq. Ft. (ABOA): 6,000

Maximum Sq. Ft. (ABOA): 6,300

Maximum Sq. Ft. (RSF) Cannot exceed 7,200

Space Type: Office and related space

Reserved Government Vehicle Parking Spaces: Five (5) onsite reserved parking spaces for GOV’s

Reserved Visitor/Customer Parking Spaces: Sixteen (16) on site reserved parking spaces for customers.

Non-Reserved Employee Parking Spacing (located on-site or within 300 feet of premises): Thirteen (13) may be located on site and/or within ¼ mile of the front of the premises, pedestrian accessible.

Full Term: Up to 20 years

Firm Term: Up to 10 years firm

Termination Rights: 120 days in whole or in part.

Additional Requirements:

  • Parking area shall be able to accommodate trucks with trailers.
  • Preferred first floor, contiguous space that meets accessibility requirements.
  • Office space must meet or include plans to renovate to meet Gov.
  • The space offered, it’s location and its surroundings must be compatible with the Governments intended use.
  • A fully serviced lease is required.
  • Subleases will not be considered.

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 1-percent-annual chance (formally 100-year flood plain.

Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).).  For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

Expressions of Interest Due: Thursday July 25, 2024, at 4;30 PM Eastern

Market Survey (Estimated): TBD

Occupancy (Estimated): Upon Acceptance of space.

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:

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.   If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required. *

6.   Amount of/type of parking available on-site. 

7.   Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.

8.   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.

9.   Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).

10. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable.

11. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.

12. For new construction or properties requiring expansion of the footprint of the building, confirmation that offered space meets or will be made to meet National Environmental Protection Act of 1969 (NEPA) Requirements.

* As mentioned in #5 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: Antonio Rodriguez, Lease Contracting Officer

Email Address:antonio.rodriguez@usda.gov

Government Contact Information

Name/Title: Antonio Rodriguez, Lease Contracting Officer

Email Address:antonio.rodriguez@usda.gov

Phone Number: 202-720-3646

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