Short Term Office Rental Pierce County, WA
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 seeking proposals for a short-term office rental in Pierce County, WA. This Total Small Business Set-Aside opportunity aims to secure 4,000-5,500 sq ft of fully furnished, ADA-compliant office space to restore services to USDA customers. The contract will be a Firm Fixed-Price for a base year with four option years. Quotes are due June 9, 2026, at 10:00 AM ET.
Scope of Work
The requirement is for a fully furnished office space (4,000-5,500 sq ft) located in Pierce County, WA (Tacoma, Puyallup, Sumner, Fife, or Edgewood). The space must meet International Building Code requirements, be ADA compliant, and offer easy public access. Key features include:
- Dedicated Access: Sole access and control for USDA agencies.
- Security: Locking exterior doors, overnight lighting, and security surveillance.
- Parking: Reserved parking for 6 visitors, 9 employees, and 4 government vehicles (24/7).
- Interior Layout: At least two private offices (min 250 sq ft each), space for 9 employees (7 workstations, 2 private offices), a conference room (min 10 people), storage (min 200 sq ft), server room (min 100 sq ft), front desk reception, two bathrooms, and a break room (min 100 sq ft with sink).
- Services: Quotes must be all-inclusive of janitorial, facility maintenance, landscaping, parking, furniture, triple net costs, and all utilities as a single gross monthly price. Telephone and internet access are required, but the government will procure these services separately.
Contract Details
- Contract Type: Firm Fixed-Price.
- Period of Performance: One base year (July 1, 2026 - June 30, 2027) with four one-year option periods, not to exceed five years total.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product/Service Code: X1AA - Lease/Rental Of Office Buildings.
- Invoicing: Electronic submission through the Invoice Processing Platform (IPP), in arrears, on the last day of each month.
Submission & Evaluation
- Registration: Contractors must be registered with SAM.gov prior to submitting a quote.
- Required Submissions: Physical address of the location, office space layout and pictures (including parking), verification of space provision (or letter of intent if third-party), a completed ATTACHMENT 2 - PRICING SHEET, a completed ATTACHMENT 4 - Vendor Checklist, and any existing Past Performance documentation. A finalized lease is required within five days of award.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Only the lowest priced offer will be evaluated for technical acceptability, with past performance also considered.
- Offer Acceptance: Prices must be held firm for 45 calendar days from the quote due date.
Key Deadlines
- Questions Due: May 26, 2026, 1:00 PM ET.
- Quotes Due: June 9, 2026, 10:00 AM ET.
- Desired Occupancy: On or after July 1, 2026.
Special Requirements
Contractor employees requiring routine access to federal facilities/systems must undergo identity proofing (FBI fingerprint check) and a background investigation (Tier 1 or higher), with the contractor responsible for fingerprinting costs. Strict confidentiality of government information is required, along with compliance with relevant AGAR clauses and acts. Contractors must also avoid or mitigate organizational conflicts of interest.