The U.S. Department of Agriculture (USDA) seeks to lease the following space in Lake Stevens, (Snohomish County) Washington
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: Solicitation (Updated)
- Updated Published Date: Jul 18, 2024 12:54 pm PDT
- Original Published Date: May 03, 2022 04:36 pm PDT
- Updated Date Offers Due: May 14, 2024 05:00 pm PDT
- Original Date Offers Due: Jun 03, 2022 05:00 pm PDT
- Inactive Policy: Manual
- Updated Inactive Date: Jul 22, 2024
- Original Inactive Date: Jun 18, 2022
- 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: Lake Stevens , WA 98258USA
Description
The U.S. Department of Agriculture (USDA) seeks to lease the following space:
State:
WA
City:
Lake Stevens
Delineated Area:
City Limits
Minimum Sq. Ft. (ABOA):
2,055
Maximum Sq. Ft. (ABOA):
2,158
Maximum Sq. Ft. (RSF):
2,466
Space Type:
Office
Reserved Parking Spaces (Total):
Reserved Parking Spaces (Gated):
3
Non-Reserved Parking Spaces (Total):
13
Full Term:
20
Firm Term:
10
Additional Requirements:
Pull Through Parking for Tractor Trailers
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.
************************************************************************************************
action required:
use this section for pre-solicitation NOTICE/ADVERTISEMENTS seeking expression of interest. DO not use for rlp procurement summary.
Action required: for pre-solicitation NOTICES/ADVERTISEMENTS seeking expressions of interest, insert the following language only for potential sole source succeeding lease actions. Delete for procurement summary page.
do not use for full and open procurements.
note that any figures used for a cost benefit analysis (CBA) must be supportable.
Consideration of “non-productive agency downtime” in a CBA should be rare.
The U.S. Government currently occupies office and related space in a building under a lease in [Lake Stevens, Washington], that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.
Expressions of Interest Due:
2/10/22
Market Survey or
Building Tour (Estimated):
TBD
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:
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.
9. 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 #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:
Korinna Garbis/ LCO
Email Address:
Korinna.Garbis@usda.gov
Government Contact Information:
Lease Contracting Officer
Korinna Garbis
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
Solicitation Number:
Solicitation (RLP) Number
57-53061-22-NR
Government Contact Information (Not for Offer Submission)
Role
Phone
Lease Contracting Officer
202.720.5297
Korinna.Garbis@usda.gov
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
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
- Korinna Garbis
- korinna.garbis@usda.gov
- Phone Number 2027205297
Secondary Point of Contact
History
- Sep 12, 2024 08:55 pm PDTSolicitation (Updated)
- Sep 09, 2024 12:44 pm PDTSolicitation (Updated)
- Jul 22, 2024 08:55 pm PDTSolicitation (Updated)
- Jul 18, 2024 12:54 pm PDTSolicitation (Updated)
- Jul 18, 2024 12:36 pm PDTSolicitation (Updated)
- May 14, 2024 08:55 pm PDTSolicitation (Updated)
- May 10, 2024 09:54 am PDTSolicitation (Updated)
- Nov 16, 2022 08:56 pm PSTSolicitation (Updated)
- Oct 12, 2022 02:51 pm PDTSolicitation (Updated)
- Jun 18, 2022 08:55 pm PDTSolicitation (Updated)
- May 17, 2022 08:50 am PDTSolicitation (Updated)
- May 16, 2022 01:11 pm PDTSolicitation (Updated)
- May 03, 2022 04:36 pm PDTSolicitation (Original)
- Feb 25, 2022 08:55 pm PSTPresolicitation (Original)