U.S. Department of Agriculture Seeks to Lease Office and Related Space in Paxton, IL
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159970246910922 |
Posted Date: | Nov 21, 2023 |
Due Date: | Jan 5, 2024 |
Source: | https://sam.gov/opp/29f1d2a1b7... |
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).
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Nov 21, 2023 02:55 pm CST
- Original Date Offers Due: Jan 05, 2024 05:00 pm CST
- Inactive Policy: Manual
- Original Inactive Date: Jan 06, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Paxton , ILUSA
RLP Procurement Summary United States Department of Agriculture
U.S. GOVERNMENT
United States Department of Agriculture seeks to lease the following space:
State:
IL
City:
Paxton
Delineated Area:
City Limits
Minimum Sq. Ft. (ABOA):
3,329
Maximum Sq. Ft. (ABOA):
3,496
Maximum Rentable Sq. Ft.
3,995
Space Type:
Office
Parking Spaces (Total):
29
Parking Spaces (Surface):
25
Parking Spaces (Reserved):
4
Full Term:
10 Years
Firm Term:
5 Years
Termination Rights:
120 Days
Additional Requirements:
- 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.
Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action.
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.
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.
************************************************************************************************
Offers Due:
1/5/2024
Occupancy (Estimated):
TBD
Send Offers to:
Name/Title:
Aris Najarian / Realty Specialist
Email Address:
aris.najarian@usda.gov
Government Contact Information
Lease Contracting Officer
Tamara Sneed
Leasing Specialist
Aris Najarian
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
- FPAC BUS CNTR-MGMT SVS DIV 1400 INDEPENDENCE AVE SW
- WASHINGTON , DC 20250
- USA
- Aris Najarian
- aris.najarian@usda.gov
- Phone Number 8165340766
- Tamara Sneed
- tamara.sneed@usda.gov
- Nov 21, 2023 02:55 pm CSTSolicitation (Original)
- Aug 15, 2023 10:55 pm CDT Presolicitation (Original)
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.