Search Contract Opportunities

USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware

ID: 57-10005-24-NR • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 27, 2025, 8:30 a.m. EST

SAM Advertisement Modification 3 (06/17/2024)

The SAM Advertisement dated 11/22/2023, and further modified by SAM Advertisement Modification 2 dated 02/20/2024, and SAM Advertisement Modification 1 dated 02/16/2024, is hereby deleted in its entirety and replaced with the following in order to change square foot and parking requirements and provide language clarification throughout the advertisement for a clearer understanding in the market.

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

State: Delaware

County: Sussex County

City: Georgetown

Delineated Area:

North: Beginning at the intersection of US-13 (Sussex Highway) and DE-36/ DE-16 (Beach Highway/ Main Street/ Milton-Ellendale Highway) ending at DE-5 (Union Street);

East: Beginning at the intersection of DE-16 (Milton-Ellendale Highway) and DE-5 (Union Street/ Federal Street/ Harberson Road/ Indian Mission Boulevard) and DE-24 (John J. Williams Highway);

South: Beginning at the intersection of DE-5 (Indian Mission Boulevard) and DE-24 (John J. Williams Highway) to DE-5/ DE-24 (Main Street/ Washington Street/ Laurel Road) to DE-30/ DE-24 (Millsboro Highway) to DE-24 (Laurel Road) ending at the intersection of DE-24 (Laurel Road) and US-13 (Sussex Highway);

West: Beginning at the intersection of DE-24 (Laurel Road)/ US-13 (Sussex Highway) ending at the intersection of US-13 (Sussex Highway) and DE-16 (Beach Highway).

Minimum Sq. Ft. (ABOA): 10,384 ABOA SF Minimum, consisting of:

  • 7,206 ABOA SF Minimum for USDA Service Center
  • 3,178 ABOA SF Minimum for NRCS Partner Space

Maximum Sq. Ft. (ABOA): 10,903 ABOA SF Maximum, consisting of:

  • 7,566 ABOA SF Maximum for USDA Service Center
  • 3,337 ABOA SF Maximum for NRCS Partner Space

Rentable Square Feet (RSF): Not to Exceed 11,941 RSF, consisting of:

  • Not to exceed 8,286 RSF of for USDA Service Center
  • Not to exceed 3,655 RSF of for NRCS Partner Space

Space Type: General-purpose office and related space

Total Parking: Seventy-four (74)

GOV Surface/ Outside Reserved Parking Spaces: Six (6) reserved, on-site surface parking spaces for official government vehicles owned or leased on behalf of the Government or privately owned vehicles designated for official use in performance of the government's mission. These spaces shall be located within the secured/ fenced parking/ ware yard. See Additional Requirements for Secured/ Fenced Parking/ Ware Yard.

Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twenty-six (26) reserved, on-site surface parking spaces for privately owned producer and/or visitor parking.

  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building(s), structure(s), and/or tenants' usage.
  • Parking shall be within a maximum walking distance of 300-feet of the public entrance of the building.
  • Two (2) of the producer/ visitor surface parking spaces shall be large enough to accommodate large, oversized, farm-type vehicles with trailers. These space should be in addition to the pull-through parking requirement.

Employee Surface/ Outside Non-Reserved Parking Spaces: Forty-two (42) non-reserved parking spaces for privately owned government employee use. These parking spaces shall either be on-site or off-site not exceeding a walkable 1 4 mile (1,320 feet) of the employee entrance of the building.

Full Term: Up to thirteen (13) years (156-Months)

Firm Term: The firm lease term period shall be made effective with a final lease amendment establishing full beneficial occupancy following the government acceptance of space in accordance with the Lease.

  • Ten (10) Years (120-Months) USDA Service Center
  • No Firm term for NRCS/Partner Space

Termination Rights:

  • USDA Service Center 120-days in whole or in parts after expiration of the firm lease term.
  • NRCS Partner Space 120-days in whole following lease award.

Option Term: None

Tenant Improvements: Tenant Improvement Allowance

Additional Requirements:

  • Square feet may reflect non-USDA partners where NRCS provides workspace to partners through agreement.
  • 5,000 SF Secured/ Fenced Parking/ Ware Yard
    • Secured/ fenced parking/ ware yard will house six (6) government owned/ leased vehicles and EVSE equipment. The size and configuration of the secured/ fenced parking/ ware yard shall be sufficient to allow for maneuverability without obstruction by adjacent building(s), structure(s), or fencing.
    • For ease of access to government owned/ lease vehicles and for security purposes, the secure/ fenced parking/ ware yard shall be on-site and adjacent to the building, but not exceeding 25-walkable feet from the government employee entrance of the building, may be located on- or -off the parking lot/area, shall be fenced with operable gates, and shall not obstruct or impede any pull-through requirements as per the lease and/ or any local municipal code.
    • The secured/ fenced parking/ ware yard will house a locked exterior storage building measuring approximately 12'-0 x 15'-0 (approximately 180 square feet).
    • Two (2) dual-port, level 2 Electric Vehicle Supply Equipment (EVSE) charging stations shall be installed. The Lessor shall be required to provide INFRASTRUCTURE ONLY to support government owned/ leased vehicles and installed EVSE's including power/ wiring, site pad(s), bollards, and signage).
  • The space offered, its location, and its surrounding areas must be compatible with the Government's intended use.
  • The space offered shall not be located within 300-feet of residential areas.
  • The space offered shall be in a professional office environments or surroundings with a prevalence for modern design and/or tasteful rehabilitation in modern use.
  • The space offered will not be considered where any living quarters are located within the building.
  • 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.
  • 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 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 0.2-percent-annual chance floodplain (formerly referred to as 500-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.

Expressions of Interest Due: Tuesday, July 30, 2024

Market Survey (Estimated): TBD

Occupancy (Estimated): Within 120-days of the government's issuance of notice to proceed (NTP) of tenant improvements.

Note: 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.

Send Expressions of Interest to:

Name/Title: Shannon Schoening, USDA Lease Contracting Officer

Email Address: shannon.schoening@usda.gov

Name/ Title: Heather Schmitt, USDA Lease Contracting Officer

Email Address: heather.schmitt@usda.gov

Expressions of Interest shall include the following:

  1. Refer to project number 57-10005-24-NR in expressions of interest response.
  2. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required.*
  3. Brokers submitting properties MUST show authorization from the property owner to submit property on behalf of the property owner; this can include, but is not limited to a listing agreement, letter from the property owner authorizing the broker to submit the property, purchase/ sale agreement, option, etc.*
  4. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.
  5. For existing buildings, download from SAM.gov and complete Lease Market Survey Form for Existing Building, MS-2991, in its entirety.
  6. If existing building, include building name and legal address (as reflected on DEED), the location of available space within the building, along with building site/ lot plans, interior layout drawings/ pictures (with dimensions shown) reflecting the Space(s) that are being offered.
  7. For new construction properties, where a land site is proposed, download from SAM.gov and complete the Land Market Survey form in its entirety.
  8. 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.
  9. For BOTH existing buildings and new construction, rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.
  10. For BOTH existing buildings and new construction, proposed fully-served rate per square foot, estimated operating expenses fully serviced, and any proposed concessions, free rent, or abatement that may be included in your proposal.
  11. For BOTH existing buildings and new construction, amount of/type of parking available on-site. If parking is not available on-site, provide a map showing the location(s) of parking requested in the advertisement. If parking will be offered on a land/site/property/location not under the offeror's control, an authorization letter signed by the land/site/property/location owner to present the land/site/property/location to the government as an expression of interest will be required.
  12. For BOTH existing buildings and new construction, the date of space availability.
  13. 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.
  14. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).
  15. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable.
  16. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.
  17. 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 numbers 2 and 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.

Government Contact Information

In no event shall the offeror enter into negotiations or discussion concerning the Space to be leased with any Federal Agency other than the U.S. Department of Agriculture Lease Contracting Officer or their authorized representative indicated below:

Lease Contracting Officer: Shannon Schoening

Lease Contracting Officer: Heather Schmitt

----------------------------------------

SAM Advertisement Modification 2 (02/20/2024)

Deleted in its entirety and replaced by SAM Advertisement Modification 3 (06/17/2023).

------------------------------------------------------------------------------------------------------------------

SAM Advertisement Modification 1 (02/16/2024)

Deleted in its entirety and replaced by SAM Advertisement Modification 3 (06/17/2023).

------------------------------------------------------------------------------------------------------------------

SAM Advertisement (11/22/2023)

Deleted in its entirety and replaced by SAM Advertisement Modification 3 (06/17/2023).

Posted: June 17, 2024, 10:13 a.m. EDT
Posted: June 17, 2024, 8:38 a.m. EDT
Posted: Feb. 20, 2024, 3:09 p.m. EST
Posted: Feb. 20, 2024, 12:22 p.m. EST
Posted: Feb. 16, 2024, 1:41 p.m. EST
Posted: Nov. 22, 2023, 9:56 a.m. EST
Background
The United States Department of Agriculture (USDA) is seeking to lease office and related space in Georgetown, Sussex County, Delaware. The lease term is up to twenty years (240 months), with a firm term of ten years (120 months) for the USDA Service Center and no firm term for NRCS/Partner Space. The termination rights for the USDA Service Center are 120 days after the expiration of the firm lease term, while for NRCS/Partner Space, it is 120 days after full beneficial occupancy/LCO acceptance of space. The space may reflect non-USDA partners where NRCS provides workspace to partners through an agreement.

Work Details
The delineated area for the lease includes specific boundaries in all four directions. The minimum square footage required is 9,790 ABOA SF, consisting of 5,822 ABOA SF minimum for the USDA Service Center and 3,968 ABOA SF minimum for NRCS/Partner Space. The maximum square footage allowed is 10,279 ABOA SF, consisting of 6,113 ABOA SF maximum for the USDA Service Center and 4,166 ABOA SF maximum for NRCS/Partner Space. Additionally, there are specific requirements for reserved parking spaces for government officials, producers/visitors, and non-reserved public parking spaces. The lease also requires turnkey tenant improvement build-out and additional requirements such as a secured/fenced ware yard with electric vehicle supply equipment (EVSE) charging stations.

Period of Performance
The full term of the contract is up to twenty years (240 months), with a firm term of ten years (120 months) for the USDA Service Center and no firm term for NRCS/Partner Space. There are no option terms specified in the solicitation.

Place of Performance
The geographic location for this contract is in Georgetown, Sussex County, Delaware.

Overview

Response Deadline
March 31, 2025, 4:30 p.m. EDT (original: Jan. 9, 2024, 4:30 a.m. EST) Past Due
Posted
Nov. 22, 2023, 9:56 a.m. EST (updated: Jan. 27, 2025, 8:30 a.m. EST)
Set Aside
None
Place of Performance
Georgetown, DE United States
Source

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Odds of Award
54%
On 11/22/23 Farm Production and Conservation Business Center issued Presolicitation 57-10005-24-NR for USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware due 3/31/25. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Shannon Schoening   Profile
Phone
None

Secondary Contact

Name
Heather Schmitt   Profile
Phone
None

Documents

Posted documents for Presolicitation 57-10005-24-NR

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 57-10005-24-NR

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 57-10005-24-NR

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FARM PRODUCTION AND CONSERVATION BUSINESS CENTER > FPAC BUS CNTR-MGMT SVS DIV
FPDS Organization Code
12D0-12FPAR
Source Organization Code
500041186
Last Updated
Jan. 27, 2025
Last Updated By
shannon.schoening@usda.gov
Archive Date
Jan. 27, 2025