New York Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Millbrook, NY

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159335474341620
Posted Date: Jan 18, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/bfd6a06388...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Millbrook, NY
Active
Contract Opportunity
Notice ID
57-36027-23-FS
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: Jan 18, 2024 06:40 am EST
  • Original Published Date: Oct 10, 2023 05:34 pm EDT
  • Updated Response Date: Feb 15, 2024 04:30 pm EST
  • Original Response Date: Nov 01, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 16, 2024
  • Original Inactive Date: Nov 16, 2023
  • 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:
    Millbrook , NY
    USA
Description

U.S. GOVERNMENT



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



Solicitation



57- 36027-23-FS



City, State



Millbrook, NY



Area Of Consideration



N: Hwy 199 to Winchell Mtn Rd



E: Hwy 44 to Hwy 343 (Hwy 22)



S: Hwy 343 to Hwy 82 to Hwy 44 to Hwy 72 to Hwy 115 to Hwy 41



W: State Rt 9



Space Type(s)



Office



Minimum Sq. Ft. (ABOA)



1,840 3,632 ABOA SF Minimum



Maximum Sq. Ft. (ABOA)



1, 932 ABOA SF Maximum



Maximum Sq. Ft. (RSF)



Not to Exceed 2,208



Government Official Vehicle (GOV) Surface/ Outside Reserved Parking Spaces



Three (3) Reserved/ Secured Surface Spaces for Government Official Vehicles Parking Shall Be Onsite



Producer/ Visitor Surface/ Outside: Reserved Parking Spaces:



Six (6) Reserved/ Secured Surface Spaces for Producer/ Visitor, Vehicles Parking Shall Be Onsite. Two (2) of these parking spaces shall be large enough to accommodate cattle trailer/ large farm vehicle with pull through capabilities.



Employee Surface/ Outside Non-Reserved Parking Spaces:



Five (5) Unreserved Surface Space for Employee Vehicles. Parking shall be onsite or within a walkable ¼ miles (1,320 Feet) of the public entrance of the Premises.



Initial Full Term



Up to 20 years (240 months)



Initial Firm Term



up to 10 years (120 months)



Termination Rights



120-Days in Whole or in Part following the expiration of the firm lease term.



Tenant Improvements:



Turnkey Tenant Improvement Build-out



Additional Requirements



• 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 Governments intended use.



• The Government wishes to lease space in an existing building. Space will not be considered where any living quarters are located within the building.



• 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.



• 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 1-percent-annual chance floodplain (formerly referred to as “100-Year” floodplain).





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 (formally 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.





Expressions of Interest Due:



02/15/2024



Market Survey (Estimated):



TBD



Occupancy (Estimated):



Within 90-days of the Government’s issuance of Notice to Proceed for Tenant Improvement Construction.





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. 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.



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



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



4. Date of space availability.



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



6. 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.



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



8. 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.



9. 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.*



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



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





* As mentioned in #5 & #9 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:



E. Shawn Hayes – Realty Specialist



Email Address:



eulando.hayes@usda.gov



Name/Title:



Iris Bates – Lease Contracting Officer



Email Address:



Iris.Bates@usda.gov



Government Contact Information



Name/Title:



E. Shawn Hayes – Realty Specialist



Email Address:



eulando.hayes@usda.gov



Name/Title:



Iris Bates – Lease Contracting Officer



Email Address:



Iris.Bates@usda.gov




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

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.

Start Free Trial Today >