Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

SNOW SURVEY WAREHOUSE AND WARE-YARD

Process Number 57-32031-22NR

USA

Dates:


Notice ID:

57-32031-22NR

Department/Ind. Agency:

AGRICULTURE, DEPARTMENT OF

Sub-tier:

AGRICULTURE, DEPARTMENT OF

Sub Command:

FPAC BUS CNTR-MGMT SVS DIV

Office:

FPAC BUS CNTR-MGMT SVS DIV

General Information:


All Dates/Times are:

(utc-07:00) pacific standard time, los angeles, usa

Updated Published Date:

(utc-07:00) pacific standard time, los angeles, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jun 15, 2022 05:00 pm pdt

Inactive Policy:

15 days after response 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

Description:


Original Set Aside:

57-32031-22NR SNOW SURVEY WAREHOUSE AND WARE-YARD 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 1,600 SF, Maximum 1,800 SF Rentable Square Feet (RSF): Not to Exceed 2000 RSF Wareyard 1000 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: The Government wishes to lease warehouse and ware yard 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: June 15, 2022 Lease Award Date (Estimated): July 17, 2022 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:


Document Size Updated date Download

Contact Information:


FPAC BUS CNTR-MGMT SVS DIV 1400 INDEPENDENCE AVE SW

WASHINGTON , DC 20250

USA

Primary Point of Contacts:

Maggie Liebel

Secondary Point of Contact:

Maggie Liebel