SOLICITATION NOTICE
X -- USDA Seeks to Lease Office and Related Space in Pittsburgh, PA for Urban Agriculture
- Notice Date
- 11/14/2024 9:55:19 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
- 57-42003-25-NR
- Response Due
- 12/6/2024 10:00:00 AM
- Archive Date
- 12/07/2024
- Point of Contact
- Shannon Schoening, David Han
- E-Mail Address
-
shannon.schoening@usda.gov, David.Han@usda.gov
(shannon.schoening@usda.gov, David.Han@usda.gov)
- Description
- Presolicitation Notice/Advertisement RLP Procurement Summary UNITED STATES DEPARTMENT OF AGRICULTURE U.S. GOVERNMENT Department of Agriculture (USDA) seeks to lease the following space: State: Pennsylvania City: Pittsburgh County: Allegheny County Delineated Area: North: Monongahela River East: South Tenth (10th) Street Bridge South: PA-837/ East Carson Street West: Liberty Bridge Minimum Sq. Ft. (ABOA): 944 ABOA SF Minimum Maximum Sq. Ft. (ABOA): 1,044 ABOA SF Maximum Maximum Sq. Ft. (RSF): Not to exceed 1,193 RSF Space Type: General-purpose office and related space GOV Surface/ Outside Reserved Parking Spaces: One (1) surface/ outside surface reserved parking space located on-site for Government Official Vehicles owned or leased on behalf of the Government or privately owned vehicles designated for official use in performance of the Government�s mission. This parking space shall be designated for USDA/Government-Use Only. Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Three (3) surface/ outside surface reserved parking space located on-site for privately owned producer and/or visitor parking. Parking shall be within a maximum walking distance of 300 feet of the designated public entrance of the Property. Employee Surface/ Outside Non-Reserved Parking Space: Five (5) surface/ outside non-reserved parking spaces for privately owned government employee use. These parking spaces shall either be on-site or off-site not exceeding � walkable mile (1,320 feet) of the designated employee entrance of the Premises. Full Term: Five (5) Years (60-Months) Firm Term: One (1) Year (12-Months). The firm lease period shall be made effective with a final lease amendment establishing full beneficial occupancy following the government�s acceptance of any potential space in accordance with the terms of any final, negotiated lease contract. Option Term: Three (3), Five (5) Year priced renewal options. Termination Rights: 120-days in whole or in parts after expiration of the firm lease term Tenant Improvements: Turnkey Tenant Improvements: Scope of Work TBD based on build-out condition of offered space(s) Additional Requirements: Square feet may reflect non-USDA partners where NRCS provides workspace to partners through agreement. The Government wishes to lease space within 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 Government�s intended use � general-purpose office space. The space shall be located in a commercial area with professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. The space offered will not be considered where any living quarters are located within the building. Building and space shall not be adjacent to a tenant or business whose primary operation is the sale of alcoholic beverages, where firearms are sold and/or discharged, or where tenants related to drug treatment or detention facilities are located. Subleases are not acceptable. Employees and visitor entrances of the building must be connected to well-maintained public sidewalks by continuous, accessible sidewalks. A subway, light rail, or bus stop shall be located within the immediate vicinity of the Building, but generally not exceeding a safe, 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 within the building and continuous on 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 one (1) elevator meeting the accessibility requirements of the Lease. 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 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 floodplain (formerly referred to as �100-year� floodplain). 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. Expressions of Interest Due: 12:00 PM Eastern, Friday, December 6, 2024 Market Survey (Estimated): TBD Occupancy: Not later than Friday, December 20, 2024 Expressions of Interest shall include the following: Refer to project number 57-42003-25-NR in the expressions of interest response. If the offeror is not the owner of the building, an authorization letter signed by the owner to represent owner for the property will be required.* Brokers submitting properties MUST show authorization from the property owner to submit property on behalf of the property owner; this can include, but is not limited to a listing agreement, letter from the property owner authorizing the broker to submit the property, purchase/ sales agreement, option, etc.* Photos of the space (existing construction) or site (new construction) being submitted, or permission for Market Survey participants to photograph the space or site. For existing buildings, download from SAM.gov and complete the Lease Market Survey Fomr for Existing Building, MS-2991, in its entirety. If an existing building, include building name and legal address (as reflected on DEED), location of available space within the building, along with building site/lot plans, interior layout drawings/ pictures (with dimensions shown) reflecting the Space(s) that are being offered. For new construction properties, where a land site is proposed, download from SAM.gov and complete the Land Market Survey form in its entirety. If new construction, site/ aerial plans or building site/ lot plans showing the location of the proposed land, along with the parcel number. If part of multiple parcels, all parcel numbers associated with the proposed land shall be provided. Adjacent streets showing proposed ingress/ egress shall be shown on the plans. For BOTH existing buildings and new construction, rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered. For BOTH existing buildings and new construction, proposed fully-serviced rate per square foot, estimated operating expenses � fully serviced, and any proposed concessions, free rent, or abatement that may be included in your proposal. For BOTH existing buildings and new construction, amount of/ type of parking available on site. If parking is not available on-site, provide a map showing the location(s) of parking requested in the advertisement. If parking will be offered on a land/ site/ property/ location not under the offeror�s control, an authorization letter signed by the land/ site/ property/ location owner to present the land/ site/ property/ location to the government as an expression of interest will be required. For BOTH existing buildings and new construction, the date of space availability. 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. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS). Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements. 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 #2 and #3 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 interested parties for the same submission must be submitted PRIOR to the Expressions of Interest due time and date. Send Expressions of Interest to: In no event shall an offeror, owner, or their representative(s) and/or designee(s), enter into negotiations or discussions concerning the Space to be leased with any Federal Agency other than the United States Department of Agriculture (USDA) contracting officer or their authorized representative(s) indicated below. Primary Point of Contact: Shannon Schoening, USDA Senior Lease Contracting Officer Email Address: shannon.schoening@usda.gov Alternative Point of Contact: David Han, USDA Lease Contracting Officer Email Address: david.han@usda.gov Alternative Point of Contact: Danny Kelly, USDA Lease Contracting Officer Email Address: danny.kelly@usda.gov Government Contact Information Primary Lease Contracting Officer: Shannon Schoening Alternative Lease Contracting Officer: David Han Alternative Lease Contracting Officer: Danny Kelly
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34a49c4be4994546b04c29e28b8e8b2c/view)
- Place of Performance
- Address: Pittsburgh, PA, USA
- Country: USA
- Country: USA
- Record
- SN07264869-F 20241116/241114230107 (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 |