USDA Seeks to Lease office and Related space in Hardinsburg, KY Breckinridge County
ID: 57-21027-24-FAType: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-MGMT SVS DIVWASHINGTON, DC, 20250, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Agriculture is seeking offers for the lease of office and related space in Hardinsburg, Kentucky, with specific requirements for the premises. The leased space must range from 6,000 to 6,300 ABOA square feet, with a maximum of 7,200 RSF, and include designated parking for government vehicles and visitors, as well as compliance with various safety and accessibility standards. This procurement is crucial for accommodating government operations in the area, ensuring that the space meets federal requirements for fire safety, seismic compliance, and sustainability. Proposals are due by January 26, 2026, at 4 PM EST, and interested parties should contact Antonio Rodriguez at antonio.rodriguez@usda.gov or 202-720-3646 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a fragmented list of locations and businesses in Hardinsburg, possibly related to a local project or initiative relevant to federal and state procurement processes. It includes streets such as 3rd St, 2nd St, S Main St, and notable establishments like Walmart and Miguel's El Gallo Mexican. While the file lacks context or details on any specific RFPs or grants, it could relate to a request for proposals aiming to evaluate or engage local services. The structure indicates a geographic focus on Hardinsburg, suggesting potential interest in community resources or site assessments as part of government outreach or funding efforts. Overall, this document could serve as a preliminary inventory of possible venues for collaboration or consideration in future federal or state-funded projects.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property under federal guidelines. It provides definitions and instructions for offerors, detailing the processes for submission, modification, and withdrawal of proposals. Key points include requirements for the format of proposals, conditions for late submissions, and guidance on revisions. The Government aims to award leases based on best value, while retaining the right to reject proposals and evaluate pricing balance. It also emphasizes the need for offerors to register in the System for Award Management (SAM) and comply with requirements under the Federal Acquisition Supply Chain Security Act. Specific provisions mandate marking proprietary data and include instructions for executing leases by various entities. The overall purpose of the document is to ensure clarity and compliance in the procurement process, emphasizing fair competition and transparency in government contracts.
    This government file outlines the solicitation provisions for simplified acquisition of leasehold interests in real property, primarily focusing on instructions for offerors. It defines key terms like "discussions," "proposal modification," and "proposal revision." The document details procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions and acceptable evidence of mailing or receipt. It also addresses amendments to solicitations and the handling of unreadable facsimile proposals. Furthermore, the file specifies requirements for protecting proprietary data, conditions for lease award (including the possibility of award without discussions and rejection of unbalanced proposals), and information that may be disclosed in post-award debriefings. It includes provisions for parties to execute the lease, outlining signature requirements for individuals, partnerships, corporations, and joint ventures. Finally, it mandates registration in the System for Award Management (SAM) with a unique entity identifier and addresses compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders, requiring offerors to represent and disclose any prohibited covered articles or sources.
    The General Services Administration's (GSA) RLP Attachment B, GSA Form 12000, outlines prelease fire protection and life safety evaluation requirements for office buildings. It mandates a two-part evaluation based on the offered space's floor level: Part A for spaces below the 6th floor, completed by the Offeror; and Part B for spaces on or above the 6th floor, completed by a professional engineer. Fundamental code requirements apply to both parts, emphasizing compliance with the most recent building and fire codes, particularly NFPA 101 for egress. The form details requirements for building information, fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators. Offerors must attest to the accuracy of the information provided.
    The USDA Agency Specific Requirements document outlines criteria for Lease Number 57-21027-24-FA in Hardinsburg, KY, emphasizing detailed spatial and security needs for USDA facilities. It specifies essential room schedules and descriptions, such as lobby, private offices, consult rooms, conference spaces, break rooms, and secure storage, each requiring particular features like sound transmission ratings, electrical outlets, and privacy measures. Security requirements are stringent, mandating a hardened customer service counter, panic buttons, intrusion detection systems, and secure access protocols. Additionally, the document necessitates compliance with accessibility laws and mandates the installation of Electric Vehicle Supply Equipment (EVSE) to support electric vehicles, including detailed electrical infrastructure requirements. This comprehensive set of guidelines ensures that the USDA facilities provide a functional, safe, and accessible environment for staff and the public. Through these requirements, the document illustrates the USDA's dedication to a secure and well-equipped work environment that adheres to federal standards and local regulations.
    The USDA Agency Specific Requirements (ASRs) for Lease No. 57-21027-24-FA in Hardinsburg, KY, outline detailed specifications for various office spaces needed by the USDA, including reception areas, offices, and conference rooms. These requirements ensure compliance with both minimum lease standards and additional, more stringent agency mandates. Key features include enhanced privacy and security measures, specific electrical and telecommunications setups, and compliance with accessibility regulations. The ASRs emphasize the need for a hardened customer service counter, comprehensive intrusion detection systems, and stringent physical security enhancements such as specialized door locks and emergency lockdown features. Furthermore, the leasing agreement mandates provisions for environmentally-friendly infrastructure, specifically supporting Electric Vehicle Supply Equipment (EVSE) for government-owned vehicles. Overall, these requirements reflect the USDA's commitment to creating a functional, secure, and environmentally conscious workspace while adhering to federal regulations and standards necessary for effective agency operations. The comprehensive nature of the requirements aims to ensure a safe and efficient operational environment for USDA employees and stakeholders.
    The USDA Agency Specific Requirements for Lease Number 57-21027-24-FA in Hardinsburg, KY, outlines detailed design and security mandates for various spaces within the leased premises. These requirements complement or strengthen the existing lease terms, focusing on areas like the lobby, private offices, consult rooms, conference rooms, break rooms, secure storage, open offices, and a mud room. Key features include specific electrical and telecommunication outlet provisions, Sound Transmission Class ratings, and requirements for amenities such as refrigerators and microwaves in the break room. Additionally, the document details physical security measures, including a hardened customer service counter, entrance door chimes, duress/panic buttons, an Intrusion Detection System, emergency lockdown capabilities, space compartmentalization, and reinforced perimeter doors and locks. It also addresses emergency exit doors, protection for exterior units, security of electrical panels, public restroom access, fire/carbon monoxide detection, perimeter lighting, interior door standards, and landscaping maintenance. Costs for telecommunication infrastructure, mailboxes, signage, and fire/CO detectors are to be included in Tenant Improvement costs, while accessibility compliance is a shell cost.
    The document outlines the Tenant Improvements Cost Summary (TICS) related to a government leasing project, detailing the breakdown of construction costs and allowances. It adheres to Masterformat specifications, categorizing project costs into various divisions such as site work, structural components, and specialized systems, with associated costs left blank for further input. Included in the summary are trade costs for multiple bid items, such as accessibility requirements, base building structures, electrical systems, HVAC components, and restrooms. Each item notes whether it is included in the shell rate or tenant improvement (TI) allowance. The document specifies that all subcontractor costs must be accounted for and emphasizes the inclusion of essential items for compliance with standards like ABAAS and LEED. The purpose of this file is to guide construction bids for government projects, maintaining compliance with federal standards while ensuring cost efficiency. It serves as a comprehensive tool for both lessors and the government to ensure clarity in construction requirements and associated costs, thereby streamlining the bidding process and project management for the leased government space.
    The provided document, Exhibit D (RLP 57-21027-24-FA), is a Tenant Improvements Cost Summary (TICS) and a Shell vs. Tenant Improvement Worksheet, crucial for federal government RFPs, grants, and state/local RFPs. It outlines the cost breakdown for construction projects, differentiating between 'Shell' (base building structure and core elements) and 'Tenant Improvement' (TI) costs, which are specific to the tenant's fit-out. The TICS section details various construction divisions, from general requirements to electrical and security systems, with spaces for both TI and Shell costs. The worksheet further clarifies which bid items, such as accessibility requirements, various building systems (HVAC, electrical, plumbing), finishes, and specialized installations, should be included in either the Shell Rate or the TI Allowance. This document serves as a guide for checking construction bids, ensuring clear cost allocation and compliance with project specifications for both lessors and government entities.
    This government file outlines instructions and templates for preparing a Tenant Improvement Cost Summary (TICS) for federal government RFPs, grants, and state/local RFPs. The document details how to categorize and estimate costs for both Tenant Improvements (TI) and Shell work across various Masterformat CSI divisions (1-33). It provides specific examples for each division, such as finishes (Division 9: painting, carpeting), general requirements (Division 1: superintendence), and electrical (Division 26.1: conduit, wiring). The TICS workbook requires inputting project-specific information like ANSI-BOMA Office Area (ABOA) square footage and various fees (General Contractor, Lessor's Project Management, A/E Fees). The 'SHELL' tab defines
    This government file outlines Facility Security Level I requirements for lessors, covering facility entrances, common areas, critical areas, interior government spaces, and exterior building sites. Key security measures include physical access control systems (PACS) for employee and critical area access, visitor identity verification, and a formal key control program. The document mandates securing roofs with HVAC systems, controlling landscaping to prevent concealment, and implementing security systems such as video surveillance (VSS) and intrusion detection (IDS). Emergency generators must be protected and located safely. Lessors must cooperate with the Facility Security Committee (FSC) and strictly control access to building information. A significant focus is on cybersecurity, prohibiting the connection of Building and Access Control Systems (BACS) to federal networks and providing guidance for cyber incident response and protection measures, including NIST-approved encryption, disabling unnecessary services, and regular antivirus scans. These requirements are to be priced as part of the building shell.
    The document outlines the General Clauses applicable to federal lease agreements below the Simplified Lease Acquisition Threshold (SLAT). It includes key clauses such as definitions, maintenance obligations, fire and casualty damage, inspection rights, default conditions, payment arrangements, and compliance with applicable laws. The Lessor must maintain the property in good condition and allow the Government to inspect it. It details procedures for handling fire damage, including repair timeframes and rental adjustments during untenantable periods. The text emphasizes the Government’s right to measure space accurately and adjust payments based on square footage. Important requirements include compliance with federal security provisions and prohibitions against engaging with certain companies, safeguarding contractor information systems, and ensuring equal opportunity employment. The document serves as a comprehensive reference for federal contractual obligations, ensuring fairness and legality in public property leasing. The information is crucial for bidders and lessors involved in government leasing opportunities, guiding compliance with federal regulations and safeguarding the Government's interests.
    This document, Exhibit F (57-21027-24-FA), outlines the general clauses for the acquisition of leasehold interests in real property by the Government. It categorizes 56 clauses under headings such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses address definitions, subletting and assignment, default by lessor, inspection rights, maintenance, fire and casualty damage, compliance with law, alterations, acceptance of space, prompt payment, assignment of claims, and specific cybersecurity prohibitions like Kaspersky Lab, certain telecommunications equipment, and ByteDance applications. Many clauses are incorporated by reference from the Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR), with several noted as deviations. The document emphasizes the legal and operational framework governing leases between a Lessor and the Government, ensuring compliance, performance, and ethical conduct.
    This document outlines the seismic compliance requirements and associated forms (A-F) for federal government Requests for Lease Proposals (RLP), federal grants, and state and local RFPs. It details pre-award submittals (Forms A-D) for Offerors and their engineers to certify seismic compliance with RP 8 standards for benchmark buildings (Form A) or other existing buildings (Form B). If a building is non-compliant, Offerors commit to retrofitting (Form C, Part 1) or, for new construction, commit to a design code (Form C, Part 2). Exemptions based on leased space size or building type are also outlined (Form D). Post-award submittals (Forms E-F) apply to retrofitted (Form E) or new buildings (Form F), requiring an engineer's certification before government acceptance. The document defines key terms like
    The "Wiring and Cabling: Guidelines for FPAC and RD Offices" document serves to provide updated wiring and cabling specifications for Farm Production and Conservation (FPAC) and Rural Development (RD) offices, superseding outdated regulations. It incorporates key references from Department Regulations regarding telecommunications and security standards and outlines the scope of wiring requirements in anticipation of future service consolidations. The guidelines articulate responsibilities, emphasizing that the Technical Support Division (TSD) Group Manager oversees Automated Data Processing (ADP) room approvals. It details requirements for electrical circuits, dedicated outlets, the configuration of computer rooms, and the installation of Category 6 cabling or higher. The document mandates strict physical and security measures for ADP rooms, including size, access control, temperature regulation, and fire safety specifications. It also emphasizes the removal of any identifying signage related to sensitive spaces. In a broader context, these guidelines reflect the government's commitment to modernizing IT infrastructure while ensuring compliance with security, safety, and operational standards in federal grants and RFP processes. Overall, the document aims to standardize and improve the functionality and security of essential technological installations in federal offices.
    The "ADP and Wiring Guidelines Version 3.0" document, published November 3, 2023, by the Infrastructure Operations Division (IOD) of the Office of the Chief Information Officer’s Client Experience Center (OCIO-CEC), provides essential guidelines for wiring, cabling, and Automated Data Processing (ADP) room setup within federal facilities. This document supersedes outdated regulations and consolidates useful information from previous guidelines. It outlines responsibilities for the OCIO-CEC in overseeing ADP rooms and cabling plans, while mission area leasing agents are responsible for incorporating these requirements into solicitations. The guidelines cover dedicated electrical circuits for ADP equipment, Uninterruptible Power Supply (UPS) requirements, demarcation points, data cabling standards (e.g., Category 6 ethernet), fiber optic installations, and specific requirements for LAN/WAN/Voice cabinets. Additionally, the document details CEC space guidelines, including office sizes and shared space protocols, and comprehensive ADP room guidelines covering size, temperature, humidity, electrical power, plumbing, flooring, fire safety, and physical security requirements.
    The USDA Facility Signage Guide outlines standards for designing and implementing a comprehensive signage system within USDA facilities. The guide aims to establish a consistent image of the USDA, facilitating visitor orientation while ensuring that interior signage meets ADA compliance. Specifically, USDA facilities in the D.C. metro area must adhere to additional local signage requirements. The document specifies the official colors for the USDA logo and mandates the use of signature lockups, which combine the USDA symbol and department name, for all signage. The guide emphasizes proper placement, clearance space, and preferred typefaces to maintain visibility and aesthetic integrity. Signage includes categories like free-standing, building-mounted, directional, and office room signage, clarifying requirements for USDA and non-USDA facilities. Importantly, it reinforces the necessity for updated signage to remain compliant with these guidelines during replacement. This guide is crucial for ensuring a unified branding strategy within USDA buildings while effectively directing and welcoming visitors.
    The USDA Facility Signage Guide, issued in April 2014, outlines comprehensive standards for developing and implementing signage and wayfinding systems for all USDA facilities. The guide aims to establish a clear USDA image, welcome visitors and staff, define USDA as a destination, and provide direction. Key directives include mandatory use of USDA signature lockups, specific color schemes (PMS 288 dark blue, PMS 343 dark green, and black), and adherence to ADA compliance for interior signage. Signage in the Washington, DC, metropolitan area must meet special DC/Metro requirements. The guide specifies placement, clearance space, and preferred fonts (Helvetica and Arial) for various sign types, including free-standing, building-mounted, directional, and office room signage. While the guide does not replace existing signs, it ensures future replacements comply with the new guidelines.
    The document outlines the representation requirements regarding certain telecommunications and video surveillance services or equipment necessary for contractors bidding on federal contracts. In accordance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019, it prohibits the procurement of covered telecommunications equipment or services that may pose national security risks. Offerors must accurately disclose whether they will provide or use such covered equipment or services in compliance with established guidelines. Essential provisions include defining key terms, the necessity for conducting a reasonable inquiry regarding the use of covered items, and providing specific disclosures based on the Offeror's responses. The document emphasizes adherence to the System for Award Management (SAM) list, which monitors parties excluded from federal awards due to such equipment. The overall goal is to prevent vulnerabilities in government operations by restricting contracts with entities utilizing potentially harmful technologies.
    This government file,
    The document outlines the challenges faced by the federal government in disseminating Request for Proposals (RFPs) and grants at the federal, state, and local levels. It highlights the need for improved communication and transparency in the RFP process to facilitate better participation from potential contractors and grant applicants. Key points include the importance of standardizing guidelines across various jurisdictions, ensuring accessibility of documentation, and fostering a more competitive bidding environment. The document emphasizes utilizing technology to streamline submissions and information sharing. Additionally, it underscores the necessity of providing technical assistance to potential applicants to enhance understanding of requirements and increase application success rates. Overall, the file suggests that these improvements are essential to optimize federal and state grant utilization and to encourage diverse participation in government contracting opportunities.
    The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it primarily addresses a technical issue with viewing a document.
    The Lessor's Annual Cost Statement outlines the estimated annual costs associated with leasing government property. This document, governed by the General Services Administration (GSA), ensures that rental agreements reflect market rates while detailing services and utilities provided by the lessor. It is structured into two main sections: the first section estimates costs for various services like cleaning, heating, and maintenance; while the second section focuses on ownership costs exclusive of capital charges. Key areas covered include salaries, supplies, system maintenance, and utilities, all essential for determining the overall annual expenses linked to the leased property. The document emphasizes the requirement for lessors to provide accurate estimates and certifications regarding these costs to assist the government in assessing fair market value. Additionally, property-specific details like name, location, and rental areas (both entire building and government-leased) must be provided, reflecting a comprehensive overview necessary for governmental RFP processes. This statement aligns with regulations around government leasing, ensuring transparency and fairness in cost estimations for leased facilities.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government Request for Lease Proposals (RLPs), aiding in the determination of fair market value for leased spaces. Lessors must provide estimated annual costs for services, utilities, and ownership. Section I details estimated annual costs for services and utilities like cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous items such as security and landscaping. Lessors must provide cost breakdowns for the entire building and the government-leased area. Section II focuses on estimated annual costs of ownership, excluding capital charges, covering real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes transparency and accuracy, requiring lessors to certify their best estimates. It ensures GSA leases are consistent with prevailing market rates and comply with the Paperwork Reduction Act.
    This document is a GSA Lease Template (L100A) for federal government RFPs, outlining the terms and conditions for leasing office space. It covers critical aspects such as lease agreement signatures, instructions for offerors, and the foundational elements of the lease. Key sections detail the premises, rent structure (including shell rent, operating costs, and tenant improvement rent), lease term, and termination rights. The document also incorporates various appendices like floor plans, agency requirements, and general clauses. It defines key terms related to contracts and real property, outlines responsibilities of the Lessor and their architect/engineer, and sets standards for building quality, accessibility, energy efficiency (EISA compliance), and construction (e.g., HVAC, electrical, plumbing, materials). It further specifies requirements for tenant improvements, utilities, services, and hazardous material management, emphasizing compliance with federal and local regulations.
    The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 57-21027-24-FA in Hardinsburg, KY, invites offers for office and related space (6,000-6,300 ABOA SF, max 7,200 RSF) with specific parking requirements. Proposals are due by January 26, 2026, 4 PM EST, and must be submitted electronically. The RLP outlines a two-step process: initial offer submittal and due diligence for the apparent lowest-priced offeror. Key requirements include a fully serviced, turnkey lease with rent covering shell upgrades, tenant improvements (TIs), operating costs, and security upgrades. Offers must include detailed price breakdowns, floorplans, parking plans, and evidence of financial capability, zoning compliance, and ownership. Seismic safety, flood plain avoidance, and historic preservation act requirements are also critical. The award will be based on the lowest-priced, technically acceptable offer, with a present value price evaluation. Antonio Rodriguez is the designated Lease Contracting Officer.
    The document outlines the terms of a lease agreement between the Lessor and the United States Department of Agriculture (USDA) for specific premises. Key details include the description and size of leased office space, parking provisions, and rental rates which consist of shell rent, operating costs, and tenant improvements. The lease is effective upon the delivery of a fully executed agreement and includes a specified term with the Government's rights for termination after a firm period. The lease also incorporates various standards for building construction, including requirements for accessibility, energy efficiency, and compliance with environmental regulations. Specific clauses detail responsibilities regarding building maintenance and upgrades, as well as the obligations of both parties in terms of utilities and services throughout the lease term. The document serves as a comprehensive guide for fulfilling the requirements set forth in government requests for proposals (RFPs) and grants, emphasizing adherence to established standards and protocols necessary for effective management of federal properties.
    The USDA Request for Lease Proposals (RLP) No. 57-21027-24-FA seeks submissions for a lease in Hardinsburg, KY, with proposals due by September 26, 2024, at 4:30 PM EST. The lease requires a space of 6,000 to 6,300 ABOA square feet within a modern building suitable for office use, including several specific parking requirements and security measures. Proposals must adhere to specified government compliance regarding energy efficiency, environmental assessments, and seismic safety. A detailed evaluation process will assess offers based on several criteria, including price and compliance. Successful bidders will need to provide comprehensive financial documentation and demonstrate adequate zoning compliance. The Government ensures that all documentation will undergo rigorous review for quality and adherence to safety standards. This RLP reflects broader government efforts in real estate procurement that focus on environmental responsibility, security, and operational efficiency while emphasizing adherence to federal standards.
    Similar Opportunities
    Short Term Office Rental Paris, KY
    Agriculture, Department Of
    The Department of Agriculture, specifically the Farm Service Agency (FSA) and Natural Resources Conservation Service (NRCS), is seeking to procure a short-term office rental in Paris, Kentucky, to ensure uninterrupted service to USDA customers. The requirements include a minimum of 1,500 square feet and a maximum of 4,000 square feet of ADA-compliant office space, featuring at least two private offices and workstations for five employees, along with adequate security and parking facilities. This procurement is critical for maintaining operational continuity as the agency vacates its current facility by December 19, 2025. Interested small businesses must submit their quotes by January 15, 2026, at 1:00 PM ET, and can direct inquiries to Jill Craft at jill.craft@usda.gov or Lizabeth Kuhaneck at Lizabeth.Kuhaneck@usda.gov.
    USDA Notice of Intent to Lease Office and Related Space in St. Cloud, FL
    Agriculture, Department Of
    The Department of Agriculture is seeking to lease office and related space in St. Cloud, Florida, specifically within the zip codes 34769, 34771, and 34772. The required space encompasses between 4,237 and 4,534 ABOA square feet and 4,769 RSF, with a lease term of 240 months and a firm term of 120 months, including specific parking requirements for government and visitor vehicles. This procurement is crucial for accommodating USDA personnel and ensuring compliance with federal standards for safety, accessibility, and sustainability. Interested parties must express their interest by providing detailed information about the proposed space and confirm compliance with federal regulations, with inquiries directed to Theresa M. Black at theresa.black@usda.gov or Stephen Paulsen at stephen.paulsen@usda.gov.
    U.S. General Services Administration (GSA) seeking Office Space Fayetteville, Arkansas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease 4,388 ABOA square feet of office space in Fayetteville, Arkansas, as part of its Public Buildings Service initiative. The delineated area for the lease is bordered by Business 77 to the north, North Gregg Ave. to the east, W. Drake St. to the south, and Highway 112 to the west, with specific requirements including six structured parking spaces, secure parking, and a sallyport, while ensuring the location is not near a school or daycare. This procurement is essential for accommodating government operations, as the current lease is expiring, and the GSA will evaluate economic advantages related to relocation costs. Expressions of interest are due by December 26, 2025, with offers required by February 2, 2026, and the estimated occupancy date is June 1, 2027. Interested parties should contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or (817) 201-7519 for further details.
    General Services Administration Office Space Pine Bluff, Arkansas
    General Services Administration
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU) - Lexington, KY
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for the construction of a two-story, 39,000 square foot research facility for the United States Department of Agriculture (USDA) on the University of Kentucky campus in Lexington, Kentucky. This facility will support the USDA-ARS mission to enhance the sustainability and profitability of forage-based livestock enterprises, featuring laboratory and office spaces, collaboration areas, and specialized installations such as chemical fume hoods and walk-in cold storage. The anticipated contract, valued between $25 million and $100 million, is expected to be awarded as a Firm-Fixed-Price (FFP) contract, with the solicitation release anticipated around January 9, 2026, and proposals due by February 24, 2026. Interested parties should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil for further details.
    Lease Extension Knoxville TN USDA Forest Service
    Agriculture, Department Of
    The USDA Forest Service is seeking to extend a lease for office space in Knoxville, TN. This procurement involves the lease/rental of office buildings, which is critical for the agency's operational needs in the region. The details regarding the justification for this lease extension can be found in the attached redacted document. Interested parties can reach out to Baylee Mitassa at baylee.mitassa@usda.gov for further information regarding this opportunity.
    General Services Administration Office Space Baton Rouge, Louisiana
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for a fully serviced, turnkey lease of office space in Baton Rouge, Louisiana, specifically for a law enforcement agency. The requirements include 3,296 to 3,790 ABOA square feet of office space, with specific needs for parking, security, and compliance with fire safety and accessibility standards, while excluding floodplain areas. This procurement is critical for consolidating staff and ensuring operational efficiency, with proposals due by January 28, 2026. Interested parties can contact Stephen Love at stephen.love@gsa.gov or 817-850-5531 for further details.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    3DC0687 - General Services Administration Seeks to lease the following:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, DC, under project number 3DC0687. The agency requires a minimum of 19,212 square feet and a maximum of 21,133 square feet of space that meets specific government standards for fire safety, accessibility, seismic, and sustainability. This procurement is crucial as the U.S. Government is looking to relocate from its current office space due to an expiring lease, and it will consider the economic advantages of alternative spaces. Interested parties must submit expressions of interest by January 16, 2026, with occupancy anticipated in April 2026. For further inquiries, contact Jason R. Adams at jason.adams@gsa.gov or 202-870-7156.
    5VA0808 GSA Seeking Office Space in Danville, VA
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for office space in Danville, Virginia, under Request for Lease Proposals (RLP) No. 5VA0808. The procurement requires a space ranging from 1,000 to 1,700 ABOA square feet, with a 10-year initial full term and a 3-year firm term, emphasizing modern construction standards and energy efficiency compliance. This office space will support federal operations, necessitating features such as reserved parking, accessibility, and adherence to safety regulations. Proposals are due by December 29, 2025, at 2:00 P.M. EST, and interested parties should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772 for further information.