Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2025 SAM #8741
MODIFICATION

X -- U.S. Government seeks parking lease in Charlestown, IN

Notice Date
10/30/2025 12:47:02 PM
 
Notice Type
Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
PBS R00 OFFICE OF LEASING WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
5IN0176
 
Response Due
11/21/2025 2:00:00 PM
 
Archive Date
12/06/2025
 
Point of Contact
Stephanie Carlson, Phone: 224-209-6032
 
E-Mail Address
stephanie.carlson@gsa.gov
(stephanie.carlson@gsa.gov)
 
Description
General Services Administration (GSA) seeks to lease the following space: CITY, STATE: CHARLESTOWN, IN DELINEATED AREA: North: 8th Street East: 62 Ohio River Scenic Byway South: 12th Street West: Patrol Rd. SPACE TYPE(S): PARKING MINIMUM SQ. FT. (ABOA) N/A MAXIMUM SQ. FT. (ABOA) N/A RESERVED PARKING SPACES (TOTAL) SEE BELOW RESERVED PARKING SPACES (SURFACE): Minimum of 190 to maximum of 230 � for the exclusive use of the Government RESERVED PARKING SPACES (STRUCTURE): N/A INITIAL FULL TERM: 20 YEARS INITIAL FIRM TERM: 15 YEARS TERMINATION RIGHTS: 120 DAYS� PRIOR WRITTEN NOTICE OPTION TERM:N/A ADDITIONAL REQUIREMENTS: -The Government requires 24 hours a day, 7 days a week, 365 days a year access to the space. Agency shift work is anticipated. -All of the Government parking spaces shall be secured within a fenced-in area with badge controlled access gate system. All spaces must be secured and lit in accordance with the Security Requirements. The Government may provide roaming security guards, as described in the �Security Requirements� attachment of the contemplated Lease. -Parking and Pedestrian Safety: The offeror must demonstrate a clear plan to provide a safe and accessible pedestrian path of travel between the offered parking area and the agency's office located at 1751 Penny Martin Lane in Charlestown, IN, or alternative solution acceptable to the Lease Contracting Officer. Given the rural setting, the offeror must identify and propose a plan to mitigate any potential pedestrian safety hazards, including but not limited to, the absence of existing sidewalks or crosswalks. The proposal must detail the specific measures the offeror will take to ensure a safe walking route, such as designated walkways, marked crossings, appropriate lighting, and clear signage. Offers that do not adequately address pedestrian safety and provide a viable plan for a safe path of travel will be deemed non-responsive. -Offered space must be able to meet the occupancy date of October 1, 2026. -In addition, offered space may not be encumbered by existing tenants or leases, unless the Offeror can demonstrate, to the satisfaction of the LCO, that the offered space can be made available within a timeframe to meet the occupancy schedule. -Offered space must be able to meet Government requirements contained in the RLP/Lease to be issued, including but not limited to requirements for security, accessibility, National Environmental Policy Act (NEPA) and National Historic Preservation Act (NHPA) requirements per the terms of the RLP and Lease. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as �100-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. How to Offer: Please reference RLP Form R103 paragraph 4.01 ""Receipt of Lease Proposals"" for instructions on how to submit an offer. Reference RLP Form R103 paragraph 4.02 �Proposal Contents for Small Leases� to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP package. *In the event the government is shutdown the week of Nov. 17, a new offer submission deadline will be announced upon the re-opening of the government. Offerors are solely responsible for monitoring SAM.gov for official announcements regarding the offer deadline date, including any amendments issued by the LCO. Please note that the LCO's availability may be limited during a government shutdown, which could impact response times to inquiries.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e40a10d945d49c2b9d5252f11c5e5df/view)
 
Place of Performance
Address: Charlestown, IN 47111, USA
Zip Code: 47111
Country: USA
 
Record
SN07631504-F 20251101/251030230032 (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.