Illinois Bids > Bid Detail

The United States Department of Agriculture (USDA) Seeks to Lease the Following Space

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159156716968771
Posted Date: Oct 27, 2023
Due Date: Nov 16, 2023
Source: https://sam.gov/opp/7fc8b8b94e...
Follow
The United States Department of Agriculture (USDA) Seeks to Lease the Following Space
Active
Contract Opportunity
Notice ID
57-17031-22-NR
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER
Office
FPAC BUS CNTR-MGMT SVS DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 27, 2023 05:42 pm CDT
  • Original Published Date: Oct 27, 2023 05:34 pm CDT
  • Updated Date Offers Due: Nov 16, 2023 11:59 am CST
  • Original Date Offers Due: Nov 16, 2023 11:59 am CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 17, 2023
  • Original Inactive Date: Nov 17, 2023
  • 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:
    Chicago , IL
    USA
Description

United States Department of Agriculture seeks to lease the following space:



State: Illinois



City: Chicago - Bronzeville, Englewood, Greater Grand Junction



Delineated Area: Bronzeville, Englewood, Greater Grand Junction (See Delineated Area Maps)



Minimum Sq. Ft. (ABOA): 2,471 sf



Maximum Sq. Ft. (ABOA): 2,595



Maximum Rentable Sq. Ft.: 2,966



Space Type: Office



Parking Spaces (Total): 10



Parking Spaces (Surface): 10



Parking Spaces (Reserved): 2



Full Term: 5



Firm Term: 3



Option Term: None



Additional Requirements:




  • 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 Governments intended use – general-purpose office space.

  • The space shall be in a commercial area with professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.

  • Employee and visitor entrances of the building must be connected to well-maintained public sidewalks by continuous, accessible sidewalks.

  • A subway, light rail, or bus transit stop shall be located within the immediate vicinity of the building, but generally not exceeding a safely accessible, walkable 2,640 feet (1/2/ mile) from the principle functional entrance of the building, as determined by the LCO.

  • First floor or ground floor space is preferred, shall be contiguous with the building and continuous with the same floor, and shall meet the accessibility requirements of the Lease.

  • If the Space is located above the first or ground floors, the space shall have a minimum of (1) elevator meeting the accessibility require of the lease.

  • Offed space must meet Government requirements for the fire safety, accessibility, and sustainability standards per the terms of the Lease.

  • Secured fenced parking for Government vehicles per security stands will be required.

  • A Fully Service Lease is required.

  • Offered space will not be in the 100-500 year flood plain



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 100/500-year flood plain.



Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.


Attachments/Links
Contact Information View Changes
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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >