Nevada Bids > Bid Detail

USDA RENO NV - SNOW SURVEY WAREHOUSE

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159430337518422
Posted Date: Oct 19, 2022
Due Date: Oct 27, 2022
Solicitation No: 57-32031-22NR
Source: https://sam.gov/opp/8effee40f5...
Follow
USDA RENO NV - SNOW SURVEY WAREHOUSE
Active
Contract Opportunity
Notice ID
57-32031-22NR
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER
Office
FPAC BUS CNTR-MGMT SVS DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 19, 2022 01:59 pm PDT
  • Original Published Date: Jun 10, 2022 09:01 am PDT
  • Updated Response Date: Oct 27, 2022 05:00 pm PDT
  • Original Response Date: Jun 15, 2022 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 531130 - Lessors of Miniwarehouses and Self-Storage Units
  • Place of Performance:
    Reno , NV 89502
    USA
Description View Changes

57-32031-22NR SNOW SURVEY WAREHOUSE





City, State:



RENO, NEVADA



County:



WASHOE



Delineated Area:



(See attached map for reference)



N: Bounded by North of Mill Street



E: Bounded by Veterans Parkway



S: Bounded by South Virginia and ALT 431



W: Bounded by McCarran Boulevard



Minimum and Maximum Usable Square Feet (ABOA):



Minimum 1,400 SF, Maximum 1,800 SF



Rentable Square Feet (RSF):



Not to Exceed 2000 RSF





Space Type:



Warehouse and Related Space



Reserved Parking Spaces for Government Vehicles:



3



Additional Parking Spaces



(available for use at no charge to the Government):



3



Full Term:



5 Years



Firm Term:



3 Years



Termination Rights:



120 days in whole or in part, after the Firm Term



Option Term:



None



Additional Requirements:



AMENDED TO INCLUDE REQUEST FOR LEASE PROPOSAL AMENDMENT 1, DATED OCTOBER 19, 2022.






  • The Government wishes to lease warehouse space for 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.

  • Partly service All utilities required. No Janitorial service are required.

  • Offered space and sites shall not be in the 100-year flood plain.

  • Preferred first floor, contiguous space that meets accessibility requirements.



Initial Offer Due Date: Revised date



October 27, 2022



Lease Award Date (Estimated):



January 1, 2023



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 submit an offer 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. SAM registration will be a minimum requirement to submit a formal proposal in response to the RLP. It is strongly recommended that potential offerors register, verify, and/or renew their SAM registration on SAM.gov as soon as possible.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • FPAC BUS CNTR-MGMT SVS DIV 1400 INDEPENDENCE AVE SW
  • WASHINGTON , DC 20250
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >