LOGANSPORT, IN SHORT TERM OFFICE RENTAL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Farm Service Agency (FSA) and Natural Resources Conservation Service (NRCS) are soliciting quotes for a short-term office rental in Logansport, IN (Cass County). This unrestricted opportunity seeks 1,900-2,500 square feet of office space for a base year with four option years, with desired occupancy by March 16, 2026. Quotes are due February 25, 2026, at 1:00 PM ET.
Scope of Work
The requirement is for office space between 1,900 and 2,500 square feet within Logansport, IN. The space must meet International Building Code requirements for office occupancies (HVAC, flooring, walls, ceilings, restrooms), be ADA compliant, and provide easy public access. It must offer sole access and control to the USDA agencies, have adequate security with lockable exterior doors, and provide parking for 6-8 visitors, 7 employees, and 1 government vehicle. Access to telephone and internet services is required, though these will be procured separately by the Government.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: Anticipated March 16, 2026 – March 15, 2027 (base year), with four possible one-year option periods, not to exceed five years total.
- Set-Aside: None (Unrestricted)
- Quote Due Date: February 25, 2026, 1:00 PM Eastern Time
- Offer Acceptance Period: 45 calendar days from the quote due date.
- Published Date: February 18, 2026
Submission Requirements
Quotes must include a signed copy of Amendment 0001. Submissions require the physical address, office layout, pictures of the space and parking area, and verification of the vendor's ability to provide the space. If a third party is involved, a letter of intent is mandatory. Pricing for all Contract Line Item Numbers (CLINs) for the base and all option periods must be provided on Attachment 2 – Pricing Sheet. The space must be move-in ready by March 16, 2026. Contractors must be registered with SAM.gov prior to submitting a quote.
Evaluation Criteria
Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. Price will be evaluated for fairness and reasonableness, while technical acceptability will be rated as "acceptable" or "unacceptable." Past performance will also be considered.
Special Requirements & Notes
Contractor personnel requiring access to federal facilities must undergo identity proofing and background investigations (FBI fingerprint check, Tier 1 or higher). Strict confidentiality of government-furnished information is required. Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP) system. Desired characteristics, though not required, include a break room, conference room, private offices, furnished items, and the inclusion of utilities, janitorial, and snow removal in the rental price.