Skip to main content

An official website of the United States government

You have 2 new alerts

57-21-06722-NR U.S. Department of Agriculture Seeks to Lease Office and Related Space in Lexington, KY

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: Aug 14, 2023 03:48 pm EDT
  • Original Published Date: Feb 28, 2023 03:44 pm EST
  • Updated Response Date: Aug 18, 2023 04:30 pm EDT
  • Original Response Date: Mar 03, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 02, 2023
  • Original Inactive Date:
  • 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:
    Lexington , KY 40504
    USA

Description

This SAM advertisement is Revised on 8.14.23 to Add Amendment 1:

Amendment 1 is to extend the RLP due date to 9.5.2023

Amendment 1 is to Revise the Parking Breakdown to read:

Total of 28 parking spaces

Total of 28 surface parking spaces

Reserved parking for Government Vehicles Three (3)

Reserved Parking for Visitors Sixteen (16)

Unreserved Parking for Employees Nine (9)

Amendment 1 is to add exhibit K Prohibition on a Byte Dance Covered Application to section 1.07 of the L100 and R100.

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

City, State:  Lexington, KY  

County:   Fayette

Delineated Area:  (See attached map for reference)

North: County Line to 175

East: New Circle Road / 175/ 164 to Winchester Road

South: Polo Club Blvd/ Man O' War Blvd to Richmond Road/ New Circle Road to Highway 27 to the county line

West: New Circle Road / County Line

Minimum Usable Square Feet (ABOA): 3,360

Maximum Usable Square Feet (ABOA): 3,528

Maximum Rentable Square Feet (RSF):  4,032

Space Type:  Office and Related Space

Reserved Parking Spaces for Government Vehicles: Three (3) Reserved Parking for Government Vehicles

Reserved Parking for Visitors :Sixteen (16) Reserved parking for Visitors 

Unreserved Parking for Employees: Nine (9) Unreserved parking for Employees

Full Term:  10 years (120 Months)

Firm Term:  5 years (60 Months)

Termination Rights:  120 days in whole or in part, after the Firm Term

Option Term:  None

Additional Requirements:

PARKING:

  • Pull Through Parking for Semi-Trucks and Trailers up to 30 feet
  • The parking shall be either on site or publicly located within ¼ walkable mile (1,320 Feet) of the public entrance of the Premises.
  • Five of the non- reserve parking spaces shall be large enough to accommodate large, farm-type vehicles with trailers. 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 contiguous space preferred and must be ADA compliant. 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

Initial Offer Due Date: No later than August 11, 2023 at 4:30 p.m. (ET)

Lease Award Date (Estimated): TBD

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), the offeror must be registered and active in the System for Award Management (SAM) at SAM.gov.  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 Offer to Government Contacts:

Name/Title:  Zisa Lubarov-Walton, Realty Specialist

Email Address: Zisa.Lubarov-Walton@usda.gov

Lease Contracting Officer: Iris Bates, Lease Contracting Officer

Email Address: Iris.Bates@usda.gov

Notice: 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