Maryland Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Office and Related Space in Forest Hill, MD

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159807977443572
Posted Date: Apr 1, 2024
Due Date: Apr 24, 2024
Solicitation No: 57-24025-23-FA
Source: https://sam.gov/opp/7955b324b0...
Follow
U.S. Department of Agriculture Seeks to Lease Office and Related Space in Forest Hill, MD
Active
Contract Opportunity
Notice ID
57-24025-23-FA
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 01, 2024 02:52 pm EDT
  • Original Published Date: May 11, 2023 01:14 pm EDT
  • Updated Response Date: Apr 24, 2024 05:00 pm EDT
  • Original Response Date: Jun 12, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 24, 2024
  • Original Inactive Date: Jun 13, 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:
    Forest Hill , MD 21050
    USA
Description View Changes

*****This Advertisement was originally posted on 5/11/23, and is being reposted due to changes in the requirements as detailed below. ****



Advertisement



USDA FPAC-BC



U.S. GOVERNMENT





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



LOCATION REQUIREMENTS




  • State: MD

  • City: Forest Hill



DELINEATED AREA REQUIREMENTS



Delineated Area:



NORTHERN: Intersection of Rt. 24 and 165, follow Rt. 165/Pylesville Rd., Rt. 543/Ady Rd., 440/Dublin Rd., ending at Rte. 136.





EASTERN: Rte. 136/Whiteford Rd. turns into Rte. 136/Priestford Rd., ending at Rte. 22.





SOUTHERN: Rte. 22/E. Churchville Rd, Rte. 22/Fulford Ave. turns into Baltimore Pike, ending at Rt. 24





WESTERN: Rte. 24/Veterans Memorial Hwy, Rte. 1/Bel Air Bypass, Vale Rd., Grafton Shop Rd., Jarrettsville Rd., Rt. 24/Rocks Rd., ending at Rt. 165.





SPACE REQUIREMENTS




  • Minimum Sq. Ft. (ABOA): 4,948

  • Maximum Sq. Ft. (ABOA): 5,195

  • Maximum Sq. Ft. (RSF): 5,937

  • Space Type: Office Space





PARKING REQUIREMENTS




  • Electric Vehicle Charging: Lessor shall provide infrastructure for two (2) Government supplied, installed, and maintained 2-Port, Level II EVS Charging Stations (ie – power that can be individually metered, site pad, bollards, and signage)

  • Reserved Parking Spaces for Government Vehicles: 5 Reserve parking for Government Vehicles

  • Reserved Parking Spaces for Customers: 5 Reserve Parking for Customers

  • Non-Reserved Parking Spacing (Total): 18 Non-Reserved Parking Spaces

  • One of the reserved parking spaces shall be large enough to accommodate one large, farm-type vehicles with trailers. The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building/ tenant usage.



LEASE TERM REQUIREMENTS




  • Full Term: Up to 20 years

  • Firm Term: Up to 10 years

  • Termination Rights: 120 days



ADDITIONAL INFORMATION REGARDING THE OFFERED SPACE:




  • Two (2) fire safes will be placed in the premises (approximate dimensions 32 X 22 and 18 X 31)

  • Where there is incumbent space, phased construction for space upgrades will be required to enable continuity of operations during construction.

  • 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).





BUILDING REQUIREMENTS




  • Offered space must meet the Government’s requirements for fire safety, accessibility, and sustainability standards per the terms of the Lease; upgrades may be required to meet these needs.

  • 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 1-percent-annual chance (formally 100-year) flood plain.





TELECOMMUNICATIONS REQUIREMENTS






  • 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.





REQUIRED DUE DATES




  • Expressions of Interest Due: April 24th, 2024

  • Market Survey (Estimated): Approximately 45 days after Expressions of Interest Due Date

  • Occupancy (Estimated): TBD – Depends on many factors including the renovations required





SAM.GOV REQUIREMENTS




  • 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.





HOW TO RESPOND/ EXPRESSIONS OF INTEREST SHALL INCLUDE THE FOLLOWING:




  1. Provide the owners name, address, business address (if applicable), email, and telephone number.






  1. If the offeror is not the owner, provide the offeror name, address, business address (if applicable), email, and telephone number






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






  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.






  1. 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.






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






  1. Date of space availability.






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






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






  1. 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.






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






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






  1. 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 #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 interest parties for the same submission must be submitted prior to the Expressions of Interest due date.





SEND EXPRESSIONS OF INTEREST TO:






  • Name/Title: Heather Schmitt, Lease Contracting Officer - Heather.Schmitt@usda.gov






  • Name/ Title: Zisa Lubarov-Walton, Realty Specialist - Zisa.lubarov-Walton@usda.gov





GOVERNMENT CONTACT INFORMATION




  • Name/Title: Heather Schmitt, Lease Contracting Officer - Heather.Schmitt@usda.gov






  • Name/ Title: Zisa Lubarov-Walton, Realty Specialist - Zisa.lubarov-Walton@usda.gov






Attachments/Links
Contact Information View Changes
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 >