USDA, APHIS seeking hangar space in Elko, NV
ID: 57-6395-24-001-1Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Lessors of Other Real Estate Property (53119)

PSC

LEASE/RENTAL OF MISCELLANEOUS BUILDINGS (X1JZ)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to lease hangar space at the Elko Regional Airport in Elko, Nevada. The procurement requires a space ranging from 1,000 to 4,000 square feet, with a full lease term of five years and a firm term of two years, adhering to government standards for fire safety, accessibility, and sustainability. This opportunity is crucial for supporting USDA operations, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested parties must submit their offers by March 3, 2025, with an estimated occupancy date of May 1, 2025. For further inquiries, contact Brenda Santelman at brenda.k.santelman@usda.gov or by phone at 612-336-3231.

    Point(s) of Contact
    Brenda Santelman
    (612) 336-3231
    (612) 336-3553
    brenda.k.santelman@usda.gov
    Files
    Title
    Posted
    The document outlines the requirements and representations regarding the use of certain telecommunications and video surveillance services or equipment in government contracts. It emphasizes that Offerors must disclose whether they will provide or use covered telecommunications equipment or services as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Specifically, Offerors must complete the representation form and indicate their compliance regarding Equipment or Services defined as “covered.” The document mandates that Offerors conduct reasonable inquiries and provide additional disclosure if they affirmatively respond to certain questions about the use of covered equipment or services. This requirement aims to prevent the procurement of systems incorporating potentially harmful telecommunications technology, ensuring national security and integrity in federal contracts. Procedures for checking entities excluded from receiving federal awards are outlined, reinforcing the document's strict adherence to regulations about telecommunications-related contracts.
    This document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property, detailing the procedures for offerors in submitting proposals. Key topics include definitions of terms such as "discussions," "proposal modifications," and "proposal revisions," and stipulations for proposal submissions and amendments. Offerors must submit proposals on the prescribed forms and acknowledge any amendments. Late proposals may be considered under specific conditions. The government may award leases based on the best value proposals and retains the right to reject proposals that are unbalanced in pricing. The document emphasizes the requirement for offerors to register in the System for Award Management (SAM) and partake in compliance with the Federal Acquisition Supply Chain Security Act orders. Overall, this set of provisions ensures clarity and fairness in the proposal process for federal leases, aiming to facilitate competitive and transparent procurement practices.
    The document outlines the general clauses for the acquisition of leasehold interests in real property under the federal government's simplified leasing process. It includes various clauses that govern the responsibilities and rights of the Lessor and the Government, including definitions, maintenance responsibilities, procedures for fire and casualty damage, rights of entry for inspections, default conditions, payment terms, compliance with applicable laws, and safeguarding of contractor information systems. Key clauses address the maintenance and condition of the property, the process for handling damages, and the Government's right to inspect. Additionally, it mandates compliance with the Federal Acquisition Supply Chain Security Act, prohibiting the use of certain covered articles from restricted sources. The lease serves as a comprehensive agreement encompassing all prior communications and demands adherence to specific safeguarding and compliance standards. These clauses ensure a collaborative understanding of obligations and rights in leasing federal properties, highlighting the importance of legal, safety, and operational considerations in federal RFP processes.
    The document is a U.S. Government Lease for Real Property, outlining the terms and conditions surrounding a lease agreement. It specifies lease number 57-6395-24-001, catering primarily to real estate offers from potential lessors. Key sections include the location description and premises details, terms of the lease including duration (10 years with a 3-year firm term), rental payment stipulations, and options for termination and renewal. The rental structure is to be paid monthly in arrears, with defined rates for annual and monthly payments. Part II indicates the acceptance of the offer by the Government, outlining that the lease is contingent upon further documentation including supplemental lease requirements, security requirements, and clauses specific to general services administration. The contract is not binding until signed by the authorized lease contracting officer, indicated by the initials of Brenda Santelman in the document. This lease format is typically utilized by the government to secure real estate for various operational needs, adhering to federal regulations and ensuring clarity for both parties involved.
    The Government Request for Lease Proposals (RLP) No. 57-6395-24-001 outlines the requirements for leasing space in Elko, NV, specifically a hangar. Proposals must be submitted by March 3, 2025, at 9 AM Central Time, following strict guidelines to ensure compliance. The selected offeror will be awarded the lease based on a Lowest Price Technically Acceptable approach, focusing on the lowest price per square foot and adherence to specified standards, including energy efficiency under the Energy Independence and Security Act. The document delineates the space requirements, with a minimum of 1,000 and a maximum of 3,000 square feet for a 5-year lease term, including a 60-day termination right. Applicants must also provide various documents, such as signed GSA forms, floor plans, and evidence of ownership or control over the proposed property. Importantly, any property in a floodplain or adjacent to one will not be considered unless justified. Overall, this RLP is part of federal efforts to solicit offers for leased space while enhancing operational efficiency, compliance with safety standards, and promotion of small business participation, particularly HUBZone concerns. The structured approach ensures transparency and fairness in the leasing process while addressing regulatory and environmental considerations.
    The document outlines Security Requirements for Facility Level I as part of federal leasing agreements, ensuring safety protocols for government buildings. It emphasizes the need for controlled access to entrances, lobbies, and critical areas, mandating the implementation of physical access control systems (PACS) and restricted access to specified locations. The government retains authority over visitor access protocols and key control programs, while also ensuring that certain building information remains confidential. For site security, landscaping must deter concealment, and regulatory signage may be required by the government. The Lessor must cooperate with the Facility Security Committee (FSC) and ensure emergency shutdown procedures for air systems are documented. Additionally, specific cybersecurity measures are mandated for Building Access Control Systems (BACS), prohibiting connections to federal IT networks and advocating for robust cybersecurity practices, such as adhering to DHS guidelines and NIST standards. The Lessor is furthermore instructed to conduct regular vulnerability assessments, ensure system updates, and maintain secure configurations in line with industry standards. Collectively, these measures aim to safeguard government facilities and their occupants effectively.
    The document outlines the Supplemental Lease Requirements for Lease No. 57-6395-24-001, focusing on standards and procedures for leasing government property. Key sections include definitions of terms related to real estate, construction standards, tenant improvements, utilities, and services during the lease term. The document mandates the provision of various building features, such as safety systems, energy efficiency requirements, and tenant improvements, which must comply with federal, state, and local regulations. Significant emphasis is placed on ensuring that leased spaces are safe and accessible, incorporating standards for fire safety, air quality, and materials used in construction. Lessor responsibilities include maintaining compliance with environmental regulations and ensuring that all hazardous materials are managed properly. Additionally, the document mandates that the leased space accommodates a U.S. Department of Agriculture (USDA) hangar, including specifications for aircraft housing and parking. Overall, this document provides a comprehensive framework to guarantee that government facilities meet rigorous safety, environmental, and operational standards, reflecting the government's commitment to creating a safe and efficient working environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USDA seeking 18,000 - 18,700 ABOA SF of office, warehouse, classification laboratory, plus 12,000 sf of ware yard in Rayville, LA.
    Buyer not available
    The U.S. Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking lease proposals for approximately 18,000 to 18,700 ABOA square feet of office, warehouse, and classification laboratory space, along with an additional 12,000 square feet of ware yard in Rayville, Louisiana. This procurement is part of a Request for Lease Proposals (RLP) No. 57-6395-24-002, which has been amended to remove certain sustainability-related requirements following the revocation of Executive Order 14057. The amendment, dated January 30, 2025, clarifies that sections regarding green building efficiency reporting and recycling and composting have been eliminated from the draft lease template. Interested parties can contact Brenda Santelman at brenda.k.santelman@usda.gov or by phone at 612-336-3231 for further details regarding the submission process and requirements.
    USDA Forest Service Seeks to Lease Space - Prather, CA
    Buyer not available
    The U.S. Department of Agriculture (USDA) Forest Service is seeking to lease office and related space in Prather, California, with a requirement for a minimum of 15,000 ABOA square feet and a maximum of 16,900 square feet, including 50 surface parking spaces. The lease term is set for 20 years, with a firm commitment of 10 years, and the offered space must comply with government standards for fire safety, accessibility, seismic, and sustainability, while also being outside the 1-percent-annual chance floodplain. This procurement is crucial for the USDA as it looks to secure suitable office space to support its operations in the region, with expressions of interest due by February 11, 2025, and estimated occupancy by July 1, 2026. Interested parties should direct their inquiries and submissions to Cindy Kim at cindy.kim@usda.gov or by phone at 619-592-1898.
    USDA Seeks to Lease Space - Fort Jones, CA
    Buyer not available
    The U.S. Department of Agriculture (USDA) is seeking to lease office space in Fort Jones, California, with a minimum of 11,000 square feet and a maximum of 13,881 square feet of ABOA space, along with 85 surface parking spaces. The lease term is set for 20 years, with a 10-year firm commitment, and the offered space must comply with government standards for fire safety, accessibility, seismic, and sustainability, while also being outside the 1-percent-annual chance floodplain. Interested parties must submit expressions of interest by February 11, 2025, including detailed information about the available space, rental rates, and building features, to Cindy Kim at cindy.kim@usda.gov.
    USDA Forest Service Seeks to Lease Space in Prather, CA
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking to lease office, warehouse, and wareyard space in Prather, California, with a required area of 15,000 to 16,900 square feet. The lease will have a full term of 20 years, including a firm term of 10 years, and the selected space must comply with government standards for fire safety, accessibility, seismic, and sustainability, while also being outside of floodplain areas. This procurement is critical for the Forest Service's operational needs, as the government currently occupies a lease that is set to expire, and they are exploring economically advantageous alternatives. Interested parties must submit expressions of interest by February 11, 2025, with anticipated occupancy by July 1, 2026; for further inquiries, contact Cindy Kim at cindy.kim@usda.gov or 619-592-1898.
    USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware
    Buyer not available
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Georgetown, Sussex County, Delaware, with a focus on accommodating its Service Center and NRCS Partner Space. The procurement requires a minimum of 10,384 ABOA square feet, with specific parking and security requirements, including a secured parking area for government vehicles and designated spaces for visitors and employees. This opportunity is crucial for the USDA's operational needs, ensuring that the agency has a suitable and compliant workspace to support its mission. Interested parties must submit expressions of interest by July 30, 2024, and can contact Shannon Schoening or Heather Schmitt at the USDA for further details.
    United States Department of Agriculture (USDA) Seeks General Office Space for Lease in Valdosta, Georgia
    Buyer not available
    The United States Department of Agriculture (USDA) is seeking to lease general office space in Valdosta, Georgia, as part of its procurement efforts through the Farm Production and Conservation Business Center. The USDA requires a facility with a minimum of 4,288 square feet and a maximum of 4,503 square feet, accommodating various USDA components, including reserved parking spaces and specific security features. This office space is crucial for the effective operation of USDA personnel, ensuring compliance with governmental standards for safety, accessibility, and environmental sustainability. Interested offerors must submit proposals by March 14, 2025, with occupancy anticipated by July 1, 2025; inquiries can be directed to Marty Glann at marty.glann@usda.gov or by phone at 501-745-5161.
    US Government Seeks to Lease Space in Sacramento, CA
    Buyer not available
    The General Services Administration (GSA) is seeking to lease 5,381 square feet of on-airport office space in Sacramento, California, due to an impending lease expiration for the current government office. The leased space must comply with federal requirements for fire safety, accessibility, seismic standards, and sustainability, and will be secured under a fully serviced lease for a full term of 10 years, with a firm term of 5 years. This opportunity is critical for maintaining government operations in the area, and interested entities must submit their expressions of interest by February 17, 2025, to Lane Worrall at Lane.Worrall@gsa.gov or Jose Chaires at Jose.Chaires@gsa.gov.
    U.S. Department of Agriculture Seeks to Lease Office and Related Space in Princeton, MO
    Buyer not available
    The U.S. Department of Agriculture is seeking to lease office and related space in Princeton, Missouri, through its Farm Production and Conservation Business Center. The procurement requires a minimum of 3,665 usable square feet and a maximum of 3,848 usable square feet, with specific parking requirements and a full-service lease. This opportunity is crucial for accommodating government operations while ensuring compliance with safety, accessibility, and sustainability standards. Interested parties can contact Faith Brennan at faith.brennan@usda.gov or 816-609-3334, or Brandon Essink at brandon.essink@usda.gov or 402-269-5743 for further details.
    USDA is seeking proposals for a leased space in Bartow (Polk County) FL
    Buyer not available
    The Department of Agriculture is seeking proposals for a leased space in Bartow, Polk County, Florida, through the Farm Production and Conservation Business Center. The procurement aims to secure nonresidential office space, as indicated by the NAICS code 531120, which pertains to lessors of nonresidential buildings. This opportunity is crucial for supporting the operational needs of the department, ensuring that it can effectively carry out its mission in the region. Interested offerors should note that the due date for submissions has been extended to February 7, 2025, at 5:00 PM EST, and must confirm receipt of the amendment in writing to avoid rejection of their proposals. For inquiries, contact Theresa M. Black at theresa.black@usda.gov or Stephen Paulsen at stephen.paulsen@usda.gov.
    The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. This procurement aims to provide a facility that meets specific operational needs for housing various aircraft, ensuring 24/7 access and adequate security measures. The lease term is set for 20 years, commencing around June 1, 2026, and includes provisions for tenant improvements and adherence to energy efficiency standards. Proposals are due by 4 p.m. ET on February 28, 2025, and interested parties can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.