The USDA (United States Department of Agriculture) is Seeking Office and Related Space in Lewisville, AR (Lafayette 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: Presolicitation (Original)
- Original Published Date: Jan 31, 2023 08:58 am EST
- Original Response Date: Feb 14, 2023 05:00 pm EST
- Inactive Policy: 15 days after response date
- 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: Lewisville , AR 71845USA
Description
The U.S. Department of Agriculture (USDA) intends to enter into a succeeding lease at its current location in Lewisville, AR (Lafayette County). However, the USDA will consider alternatives if it is in the best interest of the Government to relocate, taking into consideration moving, re-establishement, and IT infrustructure costs. The USDA will consider expressions of interest for the following requirements:
City, State: Lewisville, AR
County: Lafayette
Delineated Area: Lewisville City Limits
Approximate Useable Square Feet (ABOA): 2,650
Approximate Rentable Square Feet (RSF): 3,048
Space Type: Office and Related Space
Reserved Parking Spaces for Government Vehicles: TBD
Parking Spaces for Customers/Staff: TBD
Full Term: Up to 20 Years Firm Term: Negotiable up to (10) Years
Termination Rights: 120 days in whole or in part, after the Firm Term
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.
Pull-thru parking for trucks pulling cattle trailers.
Fenced in area for GOV vehicles, ATVs, and Trailers (Conex Trailer).
Expressions of Interest Due: February 14, 2023
Market Survey Date (Estimated): One (1) month after Expressions of Interest received
Lease Award Date (Estimated): Ten (10) months after Expressions of Interest received
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, foundation, and current floor plan. 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: Steven Storch, Lease Contracting Officer, FPAC-BC Email Address: steven.storch@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
- Steven Storch, Lease Contracting Officer
- steven.storch@usda.gov
- Phone Number 9193868804
Secondary Point of Contact
History
- Jul 08, 2023 11:56 pm EDTSolicitation (Original)
- Mar 01, 2023 11:58 pm ESTPresolicitation (Original)