U.S. Department of Agriculture Seeks to Lease General-Purpose Office and Related Space in Danville, Hendricks County, Indiana

Agency: AGRICULTURE, DEPARTMENT OF
State: Indiana
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Sep 16, 2022
Due: Oct 31, 2022
Solicitation No: 57-18063-22-NR
Publication URL: To access bid details, please log in.
Follow
U.S. Department of Agriculture Seeks to Lease General-Purpose Office and Related Space in Danville, Hendricks County, Indiana
Active
Contract Opportunity
Notice ID
57-18063-22-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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 16, 2022 12:40 pm EDT
  • Original Response Date: Oct 31, 2022 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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:
    Danville , IN
    USA
Description

The U.S. Department of Agriculture (USDA) seeks to lease the following space:



State: Indiana



City: Danville



County: Hendricks County



Delineated Area: See attached Map: DA-Hendricks County, IN



North: Beginning at the intersection of North Cross Street and West Columbia Street travel east to East County Road 50 North/ Sycamore Lane to Meadow Drive to Colonial Drive to Heritage Drive to Old Farm Road to East Main Street heading North through Hendricks County 4-H Fairgrounds and Conference Center heading east at Cartlidge Barn of Hendricks County to North County Road 200 East heading south and ending at the intersection of East Main Street/ Old U.S. 36 and South County Road 300 East;



East: Beginning at the intersection of East Main Street/ Old U.S. 36 and South County Road 300 East end at the intersection of South County Road 300 East and U.S. 36/ Rockville Road;



South: Beginning at the intersection of South County Road 300 East and U.S. 36/ Rockville Road travel west to Shady Lane to East Broadway Street to West Broadway Street ending at the intersection of West Broadway Street and South Cross Street;



West: Beginning at the intersection of West Broadway Street and South Cross Street to North Cross Street ending at the intersection of North Cross Street/ West Columbia Street.



Minimum Sq. Ft. (ABOA): 2,405 ABOA SF Minimum



Maximum Sq. Ft. (ABOA): 2,525 ABOA SF Maximum



Maximum Sq. Ft. (RSF): Not to Exceed 2,886 RSF



Space Type: General Purpose Office and Related Space with a Secured Ware Yard



Reserved Parking Spaces (Total): Five (5) Reserved/ Secured Surface Spaces for Government Official Vehicles



Non-Reserved Parking Spaces (Total):




  • Twenty (20) Unreserved Surface Space for Employee and Producer Vehicles.

  • Parking shall be onsite or within a walkable ΒΌ miles (1,320 Feet) of the public entrance of the Premises.

  • Two (2) of these parking spaces shall be large enough to accommodate cattle trailer/ large farm vehicle with pull through capabilities.



Full Term: Up to Twenty (20) Years (240-Months) Full (SOFT TERM)



Firm Term: Ten (10) Years (120-Months) FIRM TERM



Termination Rights: 120-Days in Whole or in Parts



Additional Requirements:




  • The space offered, its location, and its surrounding areas must be compatible with the Governments intended use.

  • 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. Space will not be considered where any living quarters are located within the building.

  • The Government requires a 2,000 SF secured, fenced ware yard.

  • Space shall not be located near establishments whose primary operations 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 or ground floor space is preferred, shall be contiguous and continuous within the building, meeting accessibility requirements in the Lease. If Space above the first or ground floor is offered, the space shall have at least one (1) elevator meeting accessibility requirements of the Lease.

  • Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms 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 through 6:00 PM (excluding Saturdays, Sundays, and Federal Holidays).

  • A fully serviced lease is required.

  • Offered space shall not be in the 500-year flood plain.



Expressions of Interest Due: 4:30 PM Eastern, Monday, October 31, 2022



Market Survey (Estimated): Week of November 15, 2022



Occupancy (Estimated): Wednesday, January 1, 2025



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. Complete Lease Market Survey Form for Existing Buildings (GS-2991) in its entirety. This form may also be used or proposed new construction. (See attachments)

  2. 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.

  3. 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.

  4. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.

  5. Date of space availability.

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

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

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

  9. 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.

  10. 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/ sale agreement, option, etc.,*



*As mentioned in #5 and #10 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.



Send Expressions of Interest to



Name/Title: Shannon Schoening, Lease Contracting Officer



Email Address: shannon.schoening@usda.gov



Government Contact Information:



Lease Contracting Officer: Shannon Schoening



Realty Specialist: N/A



Broker: N/A


Attachments/Links
Download All Attachments/Links
Attachments
file uploads

Contact Information
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
  • Sep 16, 2022 12:40 pm EDTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Woody NNIS Control Hoosier National Forest Tell City Ranger District Active Contract

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/26/2024

Event Name Business Unit Event ID Event Type End Date Additional Psychometric Services

State Government of Indiana

Bid Due: 6/13/2024

Follow Audiovisual Equipment for Conference Room at Camp Atterbury Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 4/25/2024

Event Name Business Unit Event ID Event Type End Date Maternal and Child

State Government of Indiana

Bid Due: 6/21/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.