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 Ravenna, Ohio

info alert

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: May 13, 2022 08:59 pm EDT
  • Original Published Date: May 13, 2022 08:34 pm EDT
  • Updated Date Offers Due: Jun 03, 2022 04:30 pm EDT
  • Original Date Offers Due: Jun 03, 2022 04:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 04, 2022
  • Original Inactive Date: Jun 04, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Ravenna , OH 44266
    USA

Description

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

State: Ohio

City: Ravenna

Delineated Area: To the North: Lake Rockwell Road; to the East: Interstate 76 W; to the South: Industry Rd/14/Knapp Rd/Newton Falls Rd/Garrett Rd/Barry Rd; to the West: Lakewood Rd/Menough Rd/Brady Lake Rd/Red Brush Rd
(See the attached Delineated Area Map)

Minimum Sq. Ft. (ABOA): 3,489 ABOA SF Minimum

Maximum Sq. Ft. (ABOA): 3,663 ABOA SF Maximum

Maximum Sq. Ft. (RSF): 4,187 NTE RSF

Space Type: Office and Related Space

Reserved Parking Spaces (Total): Two (2) For Government Official Vehicles (GOVs)

Non-Reserved Parking Spaces (Total): Twenty-four (24) for Government Employees and Visitor Use. Parking shall be onsite or within ¼ miles (1,320 feet) of the public entrance of the Premises.

Full Term: Ten (10) Year (120 Months)

Firm Term: Five (5) Year (60 Months)

Additional Requirements:

• 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.

• Parking lot must be able to accommodate trucks with trailers.

• The Government wishes to lease space in an existing building. New construction will only be considered if it can be delivered by the estimated occupancy date established in the Lease.

• The space offered, its location, and its surrounding areas must be compatible with the Government’s intended use.

• First or ground floor space is preferred, shall be contiguous within the building, meeting the accessibility requirements in the Lease. If Space above the first or ground floor is offered, the space shall have at least one (1) elevator meeting the accessibility requirements of the Lease.

Initial Offer Due Date: Friday, June 3, 2022, at 4:30 PM Eastern

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 Initial Offers. 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 Initial Offer 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: 

Name/Title: Samuel Pierre, Realty Specialist

Email Address: Samuel.Pierre@usda.gov

Government Contact:

Lease Contracting Officer: Iris Bates

Realty Specialist:  Samuel Pierre

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