SOLICITATION NOTICE
X -- U.S. Department of Agriculture Seeks to Lease Office and Related Space in Newark, OH
- Notice Date
- 4/2/2024 11:57:41 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- FPAC BUS CNTR-MGMT SVS DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 57-39089-23-NR
- Response Due
- 4/30/2024 2:00:00 PM
- Archive Date
- 04/30/2024
- Point of Contact
- Zisa Lubarov-Walton, Heather Schmitt
- E-Mail Address
-
zisa.lubarov-walton@usda.gov, heather.schmitt@usda.gov
(zisa.lubarov-walton@usda.gov, heather.schmitt@usda.gov)
- Description
- The U.S. Department of Agriculture (USDA) seeks to lease the following space: LOCATION REQUIREMENTS: City, State: Ohio County: �Newark DELINEATED AREA (See attached map for reference) Northern: Manning st / 79/ New Haven Avenue/ Buter Road NE Eastern: Shawnee Run Stream Southern: Licking River Western: Northern Fork Licking River SPACE REQUIREMENTS Minimum Usable Square Feet (ABOA):������ 2,816 Maximum Usable Square Feet (ABOA):����� 2,957 Maximum Rentable Square Feet (RSF):����� 4,158 SPACE TYPE REQUIRED Office and Related Space PARKING REQUIREMENTS Reserved Parking Spaces for Government Vehicles:������� 2 Reserve Parking Spaces for Government Vehicles Reserved Parking Spaces for Visitors:� 9 Reserve Parking Spaces for Visitors Non-reserved Parking Spaces for Employees (for use at no charge to the Government):�������������������� 9 non-Reserve Parking Spaces TERM REQUIREMENTS: Full Term: Up to 20 Years (240 Months) Firm Term: 5 years (60 Months) Termination Rights: 120 days in whole or in part, after the Firm Term Option Term: None ADDITIONAL REQUIREMENTS: PARKING: Lessor to provide infrastructure for two (2) Government supplied and installed EVSE charging station Pull Through Parking for one (1) Semi-Trucks and Farm Trucks with livestock trailers.� Pavement on property should be rated for heavy load to withstand heavy Equipment Semi-Truck and Trailer Usage. The parking shall be either on site or publicly located within � walkable mile (1,320 Feet) of the public entrance of the Premises. One (1) non- reserve parking spaces shall be large enough to accommodate large, farm-type vehicles with trailers. The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building/ tenant usage. OFFERED SPACE: The space offered, its location, and its surrounding areas must be compatible with the Government�s intended use. Space will not be considered where any living quarters are located within the building. Space shall not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/ discharged, or where there are tenants related to drug treatment or detention facilities. Subleases are not acceptable. First floor space is preferred. Office space must be contiguous, on one floor. If space offered is above the ground level, then at least one (1) accessible elevator will be required. The Government will have access to the Space 24-hours a day, 7-days a week. Normal hours of operation are Monday through Friday 6:00 AM � 6:00 PM (excluding Saturdays, Sundays, and Federal Holidays). Offered space must meet the Government�s requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. All services, janitorial services, utilities shall be provided as part of the rental consideration. Offered space shall not be in the 100-year flood OFFERS DUE DATE: Initial Offer Due Date:����� April, 30, 2024 Lease Award Date (Estimated):���� TBD DOCUMENTATION OF OWNERSHIP/ AUTHORIZATION: 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. SAM REQUIREMENTS 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 Government Contacts: Name/Title: Heather Schmitt, Lease Contracting - Heather.Schmitt@usda.gov Name/Title: Zisa Lubarov-Walton, Realty Specialist- Zisa.Lubarov-Walton@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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c7a9a6425ee4708b5e4b3a83e42dc6a/view)
- Place of Performance
- Address: Newark, OH 43055, USA
- Zip Code: 43055
- Country: USA
- Zip Code: 43055
- Record
- SN07016749-F 20240404/240402230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |