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 to lease office and related space in Hardinsburg, Kentucky, specifically within Breckinridge County. The procurement requires a minimum of 6,000 square feet and a maximum of 6,300 square feet of office space, with additional specifications for parking and accessibility, including reserved spaces for government vehicles and visitors. This leased space will support the operations of the Farm Production and Conservation Business Center, and it must comply with various government standards for safety and sustainability. Interested parties should contact Antonio Rodriguez at antonio.rodriguez@usda.gov or call 202-720-3646 for further details, as the lease term can extend up to 20 years with a firm term of 10 years.

    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.
    The General Services Administration (GSA) document outlines the requirements for conducting a Fire Protection and Life Safety Evaluation for office spaces in multi-story buildings. The evaluation process adheres to two parts, dependent on whether the offered space is located below or above the sixth floor. Part A targets spaces below the 6th floor, needing completion by the Offeror or their representative, while Part B, applicable for spaces above the 6th floor, must be completed by a professional engineer. The document emphasizes compliance with current building and fire codes, particularly the National Fire Protection Association (NFPA) standards. Key evaluation components include confirmation of fire sprinkler and alarm systems, emergency lighting, exit signage, and elevator safety features. The Offeror must provide detailed building information, confirm the installation and maintenance of fire safety systems, and sign an attestation of the accuracy of the submitted data. This structured approach ensures that any offered space meets critical safety standards before occupancy, thereby protecting public safety within federal buildings.
    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 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 document outlines Facility Security Requirements for Level I security under a government lease, detailing critical security measures that must be incorporated as part of the building's infrastructure. Key areas addressed include employee access control at entrances, security for critical areas, visitor access control, and the coordination with the Federal Protective Service (FPS) for system installations and maintenance. The document emphasizes the importance of securing sensitive areas, such as mechanical and telecommunications rooms, and mandates that public restrooms' access remains government-controlled. Additionally, it specifies the establishment of a comprehensive key control program and the stringent safeguarding of building information. Cybersecurity measures are also integral, prohibiting connections between building access control systems and federal IT networks, alongside measures to mitigate cyber threats. This includes adherence to best practices from the Department of Homeland Security and National Institute of Standards and Technology frameworks. In summary, this file serves as a structured guideline for lessors on implementing necessary physical and cybersecurity protocols for federal government buildings, ensuring the safety of operations and personnel.
    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.
    The RLP Offer Attachment outlines the Seismic Offer Forms required for compliance with RP 8 standards regarding seismic safety for federally owned or leased buildings. It distinguishes between pre-award (Forms A through D) and post-award (Forms E and F) submittals. Offerors must complete these forms to demonstrate compliance, including engineer confirmations, design codes, and commitments for retrofitting or new construction. Form A certifies benchmark buildings, while Form B assesses existing buildings under seismic evaluations. Form C details commitments to retrofit or construct following specific safety standards. Form D allows for exemptions based on criteria related to building size and seismicity zones. Forms E and F require certifications of compliance for buildings that have been retrofitted or newly built. The document defines necessary terms and standards, explains the responsibilities of qualified engineers, and emphasizes documentation's role in compliance. This provides a framework for ensuring that leased spaces meet seismic safety requirements, particularly important in areas prone to earthquakes, thereby safeguarding public welfare in federal properties.
    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 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 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.
    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 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 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
    USDA Seeks to Lease Office and Related Office in Kremmling, CO Grand County
    Active
    Agriculture, Department Of
    The Department of Agriculture is seeking to lease office and related space in Kremmling, Colorado, specifically within Grand County. The procurement requires a minimum of 1,250 usable square feet and a maximum of 1,313 usable square feet, with a fully serviced lease that meets government standards for fire safety, accessibility, and sustainability. This opportunity is crucial for establishing a government presence in the area, ensuring that the space is compatible with its intended use and located outside of the 100-year flood plain. Interested parties can contact Christopher Hendel at christopher.hendel@usda.gov or 816-926-3251, or Rashid Jackson at rashid.jackson@usda.gov or 770-253-2032 for further details.
    The U.S. Department of Agriculture (USDA) Seeks to Lease Office and Related Space in Bourbonnais, IL
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Bourbonnais, Illinois, through a presolicitation notice. The procurement requires a minimum of 4,015 square feet and a maximum of 4,216 square feet of office space, with specific parking requirements and compliance with government standards for fire safety, accessibility, and sustainability. This opportunity is crucial for the USDA's operations in the region, ensuring that the agency has a suitable and compliant workspace. Interested parties must submit their expressions of interest by September 25, 2024, with occupancy anticipated by October 1, 2025; inquiries can be directed to Carter Robinson at carter.robinson@usda.gov or Mike Zaring at michael.zaring@usda.gov.
    U.S. Department of Agriculture Seeks to Lease Office and Related Space in Forest Hill, MD
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Forest Hill, Maryland, specifically through the Farm Production and Conservation Business Center. The procurement requires a minimum of 4,948 usable square feet and a maximum of 5,195 usable square feet, with specific parking requirements and preferences for first-floor, contiguous space that meets government standards for fire safety, accessibility, and sustainability. This lease is critical for the USDA's operations, and the estimated lease award date is March 15, 2025, with proposals due by September 27, 2024. Interested parties should contact Heather Schmitt at heather.schmitt@usda.gov or 724-482-5288 for further details.
    USDA Seeks to lease office space in Richmond VA
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office space in Richmond, Virginia, with specific requirements for the space to support its operational needs. The USDA requires between 4,129 and 4,335 square feet of office space, along with additional features such as a secure wareyard, a community garden area, and a full-service commercial kitchen, all while adhering to government safety and accessibility standards. This procurement is essential for establishing a functional and compliant office environment that meets federal requirements, ensuring the USDA can effectively serve its mission. Interested parties must submit their expressions of interest by October 3, 2024, and can contact Lease Contracting Officer Hoseah Njuguna at hoseah.njuguna@usda.gov or 816-823-3738 for further details.
    U.S. Department of Agriculture seeks to Lease Office and Related Space in Hamilton, OH
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Hamilton, Ohio, specifically within a delineated area that includes key roads and landmarks. The requirements include a minimum of 3,623 square feet and a maximum of 3,804 square feet of usable office space, with additional specifications for parking and accessibility, including the ability to accommodate large vehicles such as semi-trucks and trailers. This procurement is crucial for the USDA's operations, ensuring that the leased space meets government standards for safety, accessibility, and sustainability. Interested parties must submit expressions of interest by October 23, 2024, and can contact NaJeema Randall at najeema.randall@usda.gov for further details.
    U.S. Department of Agriculture Seeks to Lease Office and Related Space in Coshocton, OH
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Coshocton, Ohio, through a presolicitation notice. The USDA requires a minimum of 3,797 square feet and a maximum of 3,987 square feet of contiguous office space, with specific parking accommodations for government vehicles and livestock trailers, as well as compliance with various safety and accessibility standards. This procurement is crucial for supporting the USDA's operations in the region, ensuring that the leased space meets their functional and logistical needs. Interested parties must submit expressions of interest by 4:30 PM Eastern on October 7, 2024, to NaJeema Randall at najeema.randall@usda.gov, and should be registered in the System for Award Management (SAM) prior to submission.
    The US Department of Agriculture (USDA) seeks to lease 4,106 SQ FT RSF of Office Space in Lorain County, Elyria Ohio.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease 4,106 square feet of office space in Elyria, Ohio, specifically within Lorain County. The procurement aims to secure a fully serviced office space that meets government standards for fire safety, accessibility, seismic, and sustainability, with specific requirements including a minimum of 3,422 square feet and a maximum of 3,593 square feet of usable area. This opportunity is crucial for the USDA's operations in the region, ensuring adequate facilities for its Farm Production and Conservation Business Center. Interested parties must submit expressions of interest by October 10, 2024, with a market survey estimated for November 5, 2024, and occupancy anticipated by July 1, 2025. For further inquiries, contact Antonio Rodriguez at antonio.rodriguez@usda.gov or call 202-720-3646.
    The U.S Deptarment of Agriculture (USDA) Seeks to Lease the following space in Miller (Hand County) South Dakota
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office space in Miller, South Dakota, with a minimum of 3,808 square feet and a maximum of 4,570 rentable square feet. The lease will have a full term of 20 years, including a firm term of 5 years, and the offered space must comply with government standards for fire safety, accessibility, seismic safety, and sustainability, while also being outside of flood plains. This procurement is crucial for the USDA's operational needs, ensuring that the agency has a suitable and compliant workspace. Interested entities must submit their expressions of interest by September 27, 2024, and should direct inquiries to Korinna Garbis at korinna.garbis@usda.gov or Steve Behm at steven.behm@usda.gov.
    The U.S. Department of Agriculture (USDA) Seeks to Lease Office and Related Space in Greenville, IL
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Greenville, Illinois, specifically within the city limits. The procurement requires a minimum of 3,844 square feet and a maximum of 4,037 square feet of office space, along with specific parking provisions and compliance with various government standards, including fire safety and accessibility. This opportunity is crucial for accommodating USDA operations in the region, and interested parties must submit their expressions of interest by September 24, 2024, with occupancy anticipated by October 1, 2025. For further inquiries, contact Carter Robinson at carter.robinson@usda.gov or Mike Zaring at michael.zaring@usda.gov.
    Department of Agriculture (USDA) seeks to lease the following space: in Ronan, Montana.
    Active
    Agriculture, Department Of
    The Department of Agriculture (USDA) is seeking to lease office space in Ronan, Montana, specifically within a delineated area that includes key roads such as Old US Highway 93 and Montana Highway 212. The requirements include a minimum of 3,987 square feet and a maximum of 4,187 square feet of usable office space, along with additional secured storage for government vehicles and specific parking accommodations. This procurement is essential for supporting the USDA's Farm Production and Conservation Business Center operations in the region, with a full lease term of 20 years and a firm term of 10 years. Interested parties must submit their Expressions of Interest by September 18, 2024, at 5:00 PM Pacific Time, and can direct inquiries to Maggie Liebel at maggie.liebel@usda.gov or Elizabeth Ramirez-Tobias at elizabeth.ramirez-tobias@usda.gov.