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: NBD00159467684374141
Posted Date: Mar 14, 2024
Due Date: Apr 12, 2024
Source: https://sam.gov/opp/779ae97371...
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?

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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 14, 2024 12:56 pm CDT
  • Original Published Date: Feb 03, 2023 03:06 pm CST
  • Updated Response Date: Apr 12, 2024 04:59 pm CDT
  • Original Response Date: Feb 05, 2023 11:59 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 13, 2024
  • Original Inactive Date: Feb 06, 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 View Changes

Department of Agriculture (USDA) seeks to lease the following space:



State: Illinois

City: Chicago

Delineated Area: See Attached Map

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

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

Maximum Sq. Ft. (RSF): 2,966 sf

Space Type: Office

Parking Spaces (Total): 8

Parking Spaces (Surface): 8

Parking Spaces (Reserved): 2 GOV

Full Term: 10 Years

Firm Term: 5 Years

Option Term: None

Additional Requirements: Transit Accessibility. A subway, light rail, or bus rapid transit stop shall be located within the immediate vicinity of the building, but generally not exceeding a safely accessible, walkable distance from the principal functional entrance of the building, as determined by the LCO. Secured Parking. 2 secured parking spaces for government vehicles.



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 1-percent-annual chance (formally 100-year)/.2-percent annual chance (formally 500-years) 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.



The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.



Note: Entities not currently registered in the System for Award Management (SAM) at SAM.gov, are advised to start the registration process as soon as possible if intending to submit an offer for possible lease award.



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. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required. *



6. Amount of/type of parking available on-site.



7. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.



8. 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.



9. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).



10. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable.



11. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.



12. For new construction or properties requiring expansion of the footprint of the building, confirmation that offered space meets or will be made to meet National Environmental Protection Act of 1969 (NEPA) Requirements.



* As mentioned in #5 above, any submission received without written authorization to represent owner(s) will not be considered until such time the documentation has been received. 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.



Expressions of Interest Due: 4/12/2024

Market Survey (Estimated): 4/25/2024

Occupancy (Estimated): 1/1/2024



Send Expressions of Interest to:

Name/Title: Mike Zaring – Lease Contracting Officer

Office/Fax: (816) 926-3477

Email Address: michael.zaring@usda.gov



Government Contact Information

Lease Contracting Officer: Michael Zaring


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 >