Texas Bids > Bid Detail

U.S. Department of Agriculture (USDA) Seeks to Lease Office and Related Space in San Antonio, Texas

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159772226241645
Posted Date: Dec 1, 2022
Due Date: Dec 6, 2022
Solicitation No: 57-48029-21-NR
Source: https://sam.gov/opp/032d0c35cd...
Follow
U.S. Department of Agriculture (USDA) Seeks to Lease Office and Related Space in San Antonio, Texas
Active
Contract Opportunity
Notice ID
57-48029-21-NR
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 01, 2022 10:50 am CST
  • Original Published Date: Mar 31, 2022 09:31 am CDT
  • Updated Response Date: Dec 06, 2022 04:00 pm CST
  • Original Response Date: May 02, 2022 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • 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:
    San Antonio , TX
    USA
Description View Changes

USDA will consider expressions of interest for the following requirements:



City, State:



San Antonio, Texas



County:



Bexar



Delineated Area:



N: 410 Loop (southern portion)



E: I – 10



S: 1 604



W: I - 35



(Delineated Area Map Attached)



Minimum and Maximum



Usable Square Feet (ABOA):



4,400 ABOA SF (Maximum)



Rentable Square Feet (RSF):



5,000 RSF (Maximum)



Space Type:



Office and Related Space



Reserved Parking Spaces for Government Vehicles:



3



Full Term:



Up to 20 Years



Firm Term:



Up to Ten (10) Years



Termination Rights:



120 days in whole or in part, after the Firm Term



Option Term:



To be determined



Additional Requirements:




  • The Government wishes to lease space in an existing building, or in a building to be constructed for the Government’s use.

  • Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.

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

  • A fully serviced lease is required.

  • Offered space and sites shall not be in the 100-year flood plain.

  • Pull-thru parking for trucks pulling cattle trailers is required.

  • Fenced in area for GOV vehicles and ATV Trailer (Conex Trailer).



Expressions of Interest Due:



December 6, 2022 (Updated)



Market Survey Date (Estimated):



Within 2 weeks after Expressions of Interest received



Lease Award Date (Estimated):



Four (4) months after Expressions of Interest received



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. 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.



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



4. Date of space availability.



5. Building or Site Ownership Information. If offeror is not owner, authorization to show property will be required.*



6. Amount of parking available on-site.



7. If existing building, and if the space submitted does not meet the square footage requirements in this advertisement, whether the building or space submitted can be expanded to meet those requirements.



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



9. 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.



* 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), if an RLP is issued for this project, the offeror must be registered and active in the System for Award Management (SAM) at SAM.gov. This registration is not required to respond to this advertisement, but 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 Expressions of Interest to:



Name/Title:



Steven Storch, Lease Contracting Officer



Name /Title:



Reuben Brown, Realty Specialist



Email Address:



Steven.Storch@usda.gov or Reuben.Brown@usda.gov



Notice: This is not a solicitation for offers, nor is it a request for proposals. 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.






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 >