USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware

Agency:
State: Delaware
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Feb 20, 2024
Due: Mar 7, 2024
Publication URL: To access bid details, please log in.
Follow
USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware
Active
Contract Opportunity
Notice ID
57-10005-24-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) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 20, 2024 03:09 pm EST
  • Original Published Date: Nov 22, 2023 09:56 am EST
  • Updated Response Date: Mar 07, 2024 04:30 am EST
  • Original Response Date: Jan 09, 2024 04:30 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 08, 2024
  • Original Inactive Date: Jan 10, 2024
  • 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:
    Georgetown , DE
    USA
Description View Changes

SAM Advertisement Modification 2 (02/20/2024)



The SAM advertisement dated 11/22/2023, and further modified by SAM Advertisement Modification 1 dated 02/16/2024, is hereby modified to clarify total parking requirements, clarify parking requirements for producer/ visitors, clarify ware yard requirements, and to correct a document reference name in the advertisement:



Total Parking Spaces: Sixty-nine (69) total parking spaces, consisting of six (6) reserved for Government Official Vehicles (GOVs) located within teh secured/ fenced parking/ ware yard; twenty-two (22) reserved for producer/ visitor parking and forty-one (41) non-reserved for employee parking. Refer to corresponding sections of the advertsement for additional parking information or clarification.



Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twenty-two (22) reserved parking spaces for USDA producers/ visitors




  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building and/or tenant usage.

  • Two (2) of these producer/ visitor surface/outside spaces should be large enough to accommodate large, farm-type vehicles with trailers. These spaces should be in addition to the pull-through parking requirement.

  • Parking shall be onsite and within a maximum walking distance of 300-feet of the public entrance of the building.



Additional Requirements:




  • 5,000 SF Secured/ Fenced Parking/ Ware Yard:

    • Secured/ fenced parking/ ware yard will house six (6) government vehicles and EVSE equipment*; size and configuration of the secured/ fenced parking/ ware yard shall be sufficient to allow for maneuverability without obstruction of fencing and/or buildings.

    • For ease of access to GOVs and for security purposes, the secure/ fenced parking/ ware yard should be located adjacent to the building (not exceeding 25 feet from the government employee entrance of the building), may be located on or off the parking area, shall be fenced with operable gates, and shall not obstruct or impede any pull-through requirements as per the lease and/or any local municiple code.

    • Secured/ fenced parking/ ware yard will house a locked exterior storage building measuring 12’-0” x 15’-0” (approximate 180 SF).

    • Two (2) dual port, Level 2 Electric Vehicle Supply Equipment (EVSE) charging stations shall be installed. Lessor shall be required to provide INFRASTRUCTURE ONLY to support Government-provided and installed EVSE's (including power/ wiring, site pad(s), bollards, and signage)*.





2. For existing buildings, complete Lease Market Survey Form for Existing Building, MS-2991, in its entirety.



All other aspects of the advertisement remain unchanged from the 11/22/2023 advertisement and the 02/16/2024 SAM Advertisement Modification 1 posting.



------------------------------------------------------------------------------------------------------------------



SAM Advertisement Modification 1 (02/16/2024)



The SAM advertisement dated 11/22/2023, is hereby modified to reduce the full term of the lease, modify the Tenant Improvements, and extend the Expressions of Interest Date:



Full Term: Thirteen (13) Years (156-Months)



Tenant Improvement: Tenant Improvement Allowance



Expressions of Interest Date: 4:30 PM Eastern, Thursday, March 7, 2024



All other aspects of the advertisement remain unchanged from the 11/22/2023 advertisement posting.



------------------------------------------------------------------------------------------------------------------



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



State: Delaware



County: Sussex County



City: Georgetown



Delineated Area:



North: Beginning at the intersection of US-13 (Sussex Highway) and DE-36/ DE-16 (Beach Highway/ Main Street/ Milton-Ellendale Highway) ending at DE-5 (Union Street);



East: Beginning at the intersection of DE-16 (Milton-Ellendale Highway) and DE-5 (Union Street/ Federal Street/ Harberson Road/ Indian Mission Boulevard) and DE-24 (John J. Williams Highway);



South: Beginning at the intersection of DE-5 (Indian Mission Boulevard) and DE-24 (John J. Williams Highway) to DE-5/ DE-24 (Main Street/ Washington Street/ Laurel Road) to DE-30/ DE-24 (Millsboro Highway) to DE-24 (Laurel Road) ending at the intersection of DE-24 (Laurel Road) and US-13 (Sussex Highway);



West: Beginning at the intersection of DE-24 (Laurel Road)/ US-13 (Sussex Highway) ending at the intersection of US-13 (Sussex Highway) and DE-16 (Beach Highway).



Minimum Sq. Ft. (ABOA): 9,790 ABOA SF Minimum, consisting of:




  • 5,822 ABOA SF Minimum for USDA Service Center

  • 3,968 ABOA SF Minimum for NRCS/Partner Space



Maximum Sq. Ft. (ABOA): 10,279 ABOA SF Maximum, consisting of:




  • 6,113 ABOA SF Maximum for USDA Service Center

  • 4,166 ABOA SF Maximum for NRCS/Partner Space



Rentable Square Feet (RSF): Not to Exceed 11,748 RSF, consisting of:




  • Not to exceed 6,957 RSF of for USDA Service Center

  • Not to exceed 4,791 RSF of for NRCS/Partner Space



Space Type: Office and related space



Government Official Vehicle (GOV) Surface/ Outside Reserved Parking Spaces: Six (6) reserved parking space for GOVs, housed in a secure ware yard (see Additional Requirements). These parking spaces shall be designated for USDA/ Government-Use Only.



Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twenty-two (22) reserved parking spaces for USDA producers/ visitors




  • Two (2) spaces should be large enough to accommodate two (2) large, farm-type vehicles with trailers.

  • Parking shall be onsite and within a maximum walking distance of 300-feet of the public entrance of the building.

  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building and/or tenant usage.



Employee Surface/ Outside Non-Reserved Parking Spaces: Forty-one (41) non-reserved public parking spaces for USDA employees. Public parking shall be on-site or within a walkable ¼ mile (1,320 feet) of public entrance of the building.



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



Firm Term:




  • Ten (10) Years (120-Months) USDA Service Center

  • No Firm term for NRCS/Partner Space



Termination Rights:




  • USDA Service Center – 120-days in whole or in parts after expiration of the firm lease term.

  • NRCS/Partner Space – 120-days in whole or in parts after full beneficially occupancy/ LCO acceptance of space in accordance with the lease.



Option Term: None



Tenant Improvements: Turnkey Tenant Improvement Build-out



Additional Requirements:




  • Square feet may reflect non-USDA partners where NRCS provides workspace to partners through agreement.

  • 4,791 RSF shall be designated for NRCS/Partner Space.

  • 5,000 SF Secured/ Fenced Ware Yard:

    • Located adjacent to building, located off parking area, and shall be fenced with operable gates.

    • Locked exterior storage measuring 12’-0” x 15’-0” (approximate 180 SF)

    • Two (2) dual port, Level 2 Electric Vehicle Supply Equipment (EVSE) charging stations shall be installed.



  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building and/or tenant usage.

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

  • The space offered shall not be located within 300-feet of residential areas.

  • The space offered shall be in a professional office environments or surroundings with a prevalence for 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.

  • 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.

  • 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 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 0.2-percent-annual chance floodplain (formerly referred to as “500-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: 4:30 PM Eastern, Tuesday, January 9, 2024



Market Survey (Estimated): TBD



Occupancy (Estimated): Within 120-days of the government’s issuance of notice to proceed (NTP) of tenant improvements.



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.



Send Expressions of Interest to:



Name/Title: Shannon Schoening, USDA Lease Contracting Officer



Email Address: shannon.schoening@usda.gov



Name/ Title: Heather Schmitt, USDA Real Property Leasing Officer



Email Address: heather.schmitt@usda.gov



Expressions of Interest shall include the following.




  1. Refer to project number 57-10005-24-NR in expressions of interest response.

  2. For existing buildings, complete Lease Market Survey Form for Existing Building, MS-299, in its entirety.

  3. If existing building, include building name and legal address (as reflected on DEED), the 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.

  4. For new construction properties, where a land site is proposed, complete the Land Market Survey (LMS) form in its entirety.

  5. 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.

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

  7. Date of space availability.

  8. 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 is offered on a land/site/property/location not under the offeror's control, an authorization letter signed by the owner to represent the land/site/property/location will be required..

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

  10. 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.

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

  12. 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.*

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

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

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

  16. 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 numbers 11 and 12 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.



Government Contact Information



In no event shall the offeror enter into negotiations or discussion concerning the Space to be leased with any Federal Agency other than the U.S. Department of Agriculture Lease Contracting Officer or their authorized representative indicated below:



Lease Contracting Officer: Shannon Schoening



Real Property Leasing Officer: Heather Schmitt


Attachments/Links
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
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

Contract Number Contract Title Open Date Deadline Date Agency Code UNSPSC 8033 NAT24001-FIN_ANALYSIS

State Government of Delaware

Bid Due: 5/07/2024

Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations Request For Proposal

Delaware River Port Authority

Bid Due: 4/30/2024

Contract Number Contract Title Open Date Deadline Date Agency Code UNSPSC 8065 CHR24011-WEBBDMATH

State Government of Delaware

Bid Due: 5/07/2024

Contract Number Contract Title Open Date Deadline Date Agency Code UNSPSC 8099 SUS240001-STHS_BPA

State Government of Delaware

Bid Due: 5/22/2024

* 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.