United States - US Dept. of Agriculture seeks to Lease Office and Related Space in Coudersport, PA

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 May 2024
Opportunity publication date
24 March 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

The U.S. Department of Agriculture (USDA) seeks to lease the following space:
Location Requirements: 

City, State: Coudersport, PA
County: Potter
Delineated Area: (See attached map for reference)

North: Beginning at Academy Hill Rd/Niles Hill Rd, to Niles Hill Rd, and ending at Niles Hill Rd/PA-44.
South: Beginning at US-Hwy 6/PA Rte 44 to Ice Mine Rd, Mitchell Hollow Rd, Town Line Rd, PA Rte 872 and ending at PA Rte 872/Dividing Ridge Rd.
East: Beginning at Niles Hill Rd/PA-44, to PA-44, Ave A, Highland Ln, Carp Park Rd, Woodlawn Ave, US-Hwy 6, and ending at US-Hwy 6/PA Rte 44.
West: Beginning at Dividing Ridge Rd/Grom Hill Rd to Grom Hill Rd, T-325, US Hwy-6, Dingman Run Rd, Parkview St, Damascus St, Academy Hill Rd and ending at Academy Hill Rd/Niles Rd.

Space Requirements:

Minimum Usable Square Feet (ABOA): 3157
Maximum Usable Square Feet (ABOA): 3315
Maximum Rentable Square Feet (RSF): 3788
Space Type: Office and Related Space

Parking Requirements:

Reserved Parking Spaces for Government Vehicles: 3 (a minimum of 1 space shall be ABAAS / ADA compliant
Reserved Parking Spaces for Visitors: 9
Non-reserved Parking Spaces for Employees (for use at no charge to the Government): 9

Term Requirements:

Full Term: 10 Years
Firm Term: 5 Years
Soft Term: 5 Years
Termination Rights: 120 days in whole or in part, after the Firm Term
Option Term: None

Additional Requirements:

Space shall be able to support, or can be modified to support, a high density rolling file storage system.
Space shall be contiguous; first floor location is preferred.
Part of the provided parking requirement shall be pull-through parking to accommodate trucks with trailers.
Lessor shall provide infrastructure ONLY to support (2) Government supplied, installed, and maintained Level-2 dual-port Electric Vehicle Charging Stations. Work is anticipated to include power feeds, meter, breakers, site pad, bollards, and signage.
All entries, parking areas, and drives shall be capable of supporting and accommodating maneuverability of trucks with trailers.
The Government wishes to lease space in an existing building, or in a building to be constructed for the Government’s use.
Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. 
The space offered, its location, and its surroundings must be compatible with the Government’s intended use.
A fully serviced lease is required. 
Offered space and sites shall not be in the 100-year flood plain.
Additional parking spaces may be located on-site and/or within 1/4 of a mile of the premises, pedestrian accessible.
Preferred first floor, contiguous space that meets accessibility requirements.

Timelines:

Initial Offer Due Date: May 2nd, 2024
Lease Award Date (Estimated): 12/15/2024

Any submission received without documentation of ownership and/or written authorization to represent owner(s) will not be considered until such time the documentation has been received.  This documentation must be received on or before the due date for Expressions of Interest. In cases where an agent is representing multiple entities, written acknowledgement/ permission from each entity to represent multiple interest parties for the same submission must be submitted prior to the Expressions of Interest due date.
To win an award in response to a Request for Lease Proposals (RLP), the offeror must be registered and active in the System for Award Management (SAM) at SAM.gov.  It is strongly recommended that potential offerors register, verify, and/or renew their SAM registration on SAM.gov as soon as possible. The registration must be set for ALL AWARDS, NAICS Code 531120. Entities that have annual gross receipts in leasing of less than $47 Million annually are strongly encouraged to register as a small business as part of their registration.
Send Offer to Government Contacts:

Name/Title: Heather Schmitt | Lease Contracting Officer
Phone Number: 724-482-5288 (NOTE THIS IS A COMPUTER PHONE AND VOICEMAILS ARE NOT RELIABLE. PLEASE FOLLOW ANY VOICEMAILS UP WITH AN EMAIL.)
Email Address: Heather.Schmitt@usda.gov
Name/Title: Zisa Lubarov-Walton | Realty Specialist
Email Address: Zisa.Lubarov-Walton@usda.gov

Notice: The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.

Opportunity closing date
02 May 2024
Value of contract
to be confirmed

About the buyer

Address
FPAC BUS CNTR-MGMT SVS DIV UNITED STATES
Contact
heather.schmitt@usda.gov

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?