Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Madison, FL.

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: Aug 30, 2023 10:26 am EDT
  • Original Published Date: Jun 03, 2022 04:12 pm EDT
  • Updated Date Offers Due: Sep 05, 2023 05:00 pm EDT
  • Original Date Offers Due: Jul 03, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 06, 2023
  • Original Inactive Date: Jul 04, 2022
  • Initiative:

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:
    Madison , FL
    USA

Description

City, State: Madison, Florida

County: Madison County

Delineated Area: (See attached map for reference)

N: City Limits of Madison, FL; to include C-597 to NE Colin Kelly Hwy to NE 19th St to NE 10th Ave to NE 22nd St to US-90 to SE Twin Oaks Terrace

E: City Limits of Madison, FL

S: City Limits of Madison, FL

W: City Limits of Madison, FL

Minimum and Maximum Usable Square Feet (ABOA): 2,846 – 2,988

Rentable Square Feet (RSF): 3,415

Space Type: Office

Reserved Parking Spaces for Government Vehicles: 2

Additional Parking Spaces(available for use at no charge to the Government):  22

Full Term:  20 Years

Firm Term:  5 Years

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

Option Term: None

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.
  • Additional parking spaces may be located on-site and/or within 1/4 of a mile of the premises, pedestrian accessible.
  • Preferred first floor, contiguous space that meets accessibility requirements.

Initial Offer Due Date:  03JUL2022

Lease Award Date (Estimated):  01AUG2022

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:

Name/Title:  David McPadden/ Realty Specialist

Email Address:  David.mcpadden@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