Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2023 SAM #7878
SOLICITATION NOTICE

X -- 57-21-06722-NR U.S. Department of Agriculture Seeks to Lease Office and Related Space in Lexington, KY

Notice Date
6/21/2023 8:44:08 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
LexingtonKY
 
Response Due
8/11/2023 1:30:00 PM
 
Archive Date
08/26/2023
 
Point of Contact
Zisa Lubarov-Walton, Iris Bates
 
E-Mail Address
zisa.lubarov-walton@usda.gov, iris.bates@usda.gov
(zisa.lubarov-walton@usda.gov, iris.bates@usda.gov)
 
Description
The U.S. Department of Agriculture (USDA) seeks to lease the following space: City, State:��Lexington, KY�� County: � Fayette Delineated Area:� (See attached map for reference) North: County Line to 175 East: New Circle Road / 175/ 164 to Winchester Road South: Polo Club Blvd/ Man O' War Blvd to Richmond Road/ New Circle Road to Highway 27 to the county line West: New Circle Road / County Line Minimum Usable Square Feet (ABOA):�3,360 Maximum Usable Square Feet (ABOA):�3,528 Maximum Rentable Square Feet (RSF):� 4,032 Space Type:� Office and Related Space Reserved Parking Spaces for Government Vehicles:� 3 Reserved Parking for Government Vehicles Non-reserved Parking Spaces for Employees (for use at no charge to the Government):�28 Spaces for Visitor at no cost to the government Full Term:� 10 years (120 Months) Firm Term:� 5 years (60 Months) Termination Rights:� 120 days in whole or in part, after the Firm Term Option Term:� None Additional Requirements: PARKING: Pull Through Parking for Semi-Trucks and Trailers up to 30 feet The parking shall be either on site or publicly located within � walkable mile (1,320 Feet) of the public entrance of the Premises. Five of the non- reserve parking spaces shall be large enough to accommodate large, farm-type vehicles with trailers. The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building/ tenant usage. OFFERED SPACE: 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 contiguous space preferred and must be ADA compliant. 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 the Government�s requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. 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 100-year flood Initial Offer Due Date:�No later than August 11, 2023 at 4:30 p.m. (ET) Lease Award Date (Estimated):�TBD Any submission received without documentation of ownership and/or written authorization to represent owner(s) will not be considered until such time the documentation has been received.� This documentation must be received on or before the due date for Expressions of Interest. 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. To submit an offer in response to a Request for Lease Proposals (RLP), the offeror must be registered and active in the System for Award Management (SAM) at SAM.gov. �SAM registration will be a minimum requirement to submit a formal proposal in response to the RLP.� It is strongly recommended that potential offerors register, verify, and/or renew their SAM registration on SAM.gov as soon as possible. Send Offer to Government Contacts: Name/Title:� Zisa Lubarov-Walton, Realty Specialist Email Address:�Zisa.Lubarov-Walton@usda.gov Lease Contracting Officer:�Iris Bates, Lease Contracting Officer Email Address:�Iris.Bates@usda.gov Notice: The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df53bdd3dfae4baa9991c2db595c555b/view)
 
Place of Performance
Address: Lexington, KY 40504, USA
Zip Code: 40504
Country: USA
 
Record
SN06722567-F 20230623/230621230116 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.