Kentucky Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease Short Term Office and Related Space in Mount Sterling, KY

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159770461820922
Posted Date: Mar 20, 2024
Due Date: Mar 29, 2024
Solicitation No: 57-21171-24-FA
Source: https://sam.gov/opp/29a4337afc...
Follow
U.S. Department of Agriculture Seeks to Lease Short Term Office and Related Space in Mount Sterling, KY
Active
Contract Opportunity
Notice ID
57-21171-24-FA
Related Notice
57-21171-24-FA
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
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 11:57 am EDT
  • Original Date Offers Due: Mar 29, 2024 06:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 30, 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:
    Mount Sterling , KY 40353
    USA
Description

The U.S. Department of Agriculture (USDA) seeks to lease the following space:



Location Information:




  • City, State: Mt. Sterling, KY

  • County: Montgomery

  • Delineated Area: (See attached map for reference)

    • N: Beginning at the intersection of Aarons Run Rd. and 537/Bunker Hill Rd, follow 537/Bunker Hill Rd., turns into Van Thompson Rd.

    • E: 1991/Hinkston Pike, Rt. 64, Hwy 60, 647/Old Owingsville Rd., Osborne Rd., 713/Spencer Rd.

    • S: 646/Whitaker Ln., 460/Camargo Rd., 646/Tonkin Rd.

    • W: 11/Levee Rd., Fogg Pike, Prewitt Pike, Hwy 60, Somerset Creek, Aarons Run Rd.





Space Information:




  • Minimum Usable Square Feet (ABOA): 3915

  • Maximum Usable Square Feet (ABOA): 4111

  • Maximum Rentable Square Feet (RSF): 4698

  • Space Type: Office and Related Space



Parking Information:




  • Reserved Parking Spaces for Government Vehicles: 3

  • Reserved Parking Spaces for Visitors: 10

  • Non-reserved Parking Spaces for Employees (for use at no charge to the Government): 15



Term Information:




  • Full Term: 3 Years

  • Firm Term: 12 Months

  • Termination Rights: 120 days in whole or in part, after the Firm Term

  • Option Term: None



Additional Requirements:




  • Reserved parking shall be located on-site near the main entrance for customer/visitor parking, reserved for the exclusive use of the government.

  • Employee parking shall be located on the premises or within three hundred (300) feet from the premises and does not have to be reserved for the exclusive use of the government.

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

  • 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.

  • The government wishes to lease space in an existing building. New construction/Build-to-Suit will not receive consideration.

  • 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.

  • 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 change (formally referred to as “100-year”) flood plain.

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

  • A fully serviced lease is required.

  • Additional parking spaces may be located on-site and/or within 1/4 of a mile of the premises, pedestrian accessible.

  • Preferred first floor, contiguous space that meets accessibility requirements.



Timelines:




  • Initial Offer Due Date: 3/29/2024

  • Lease Award Date (Estimated): 5/31/2024




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 >