The USDA Seeks to Lease Office and Related Space in Mountain City, Johnson County, Tennessee
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 U.S. Department of Agriculture (USDA), specifically the FARM PRODUCTION AND CONSERVATION BUSINESS CENTER, is seeking to lease general-purpose office and related space in Mountain City, Johnson County, Tennessee. This Request for Lease Proposal (RLP) aims to secure a fully serviced lease for a total term of 10 years, with an initial firm term of 5 years. The award will be based on the Lowest Price Technically Acceptable (LPTA) approach. Offers are due by 4:30 PM EASTERN on Thursday, April 16, 2026.
Purpose & Scope
This solicitation (RLP 57-47091-26-FA) is for a leasehold interest in real property to provide office and related space for USDA Service Center operations. The selected space must be within the city limits of Mountain City, TN, and meet specific technical, security, and accessibility standards. The RLP package, including all attachments, details the requirements for submitting a proposal.
Key Requirements
- Space Size: Minimum 2,230 ABOA SF, Maximum 2,342 ABOA SF (Rentable not to exceed 2,782 RSF).
- Location: Within Mountain City, TN city limits, not in a 1-percent-annual chance floodplain.
- Building Quality: Modern, sound construction (stone, marble, brick, or stainless steel facade), in good condition.
- Parking: 1 reserved (official vehicles), 10 reserved (producer/visitor), 7 non-reserved (employee).
- Lease Term: Total 10 years (120 months), with an initial firm term of 5 years (60 months).
- Tenant Improvements: Turnkey Tenant Improvements with Post Award DIDs are required.
- Accessibility: First-floor space preferred; if above ground, an accessible elevator is mandatory. Government access 24/7, with normal operating hours M-F 6:00 AM to 6:00 PM.
- Compliance: Must meet Government requirements for fire safety, accessibility, seismic, and sustainability. A fully serviced lease is required.
- Security: Specific security requirements (FSL I) for facility entrances, interior spaces, sites, and security systems (alarms, VSS, IDS) must be met. Cybersecurity measures are also outlined.
- IT Infrastructure: Adherence to USDA's ADP and Wiring Guidelines (Version 3.0) for electrical, cabling, physical space, and security of IT infrastructure.
- Signage: Compliance with USDA's Facility Signage Guide for exterior and interior branding and wayfinding.
Contract Details & Timeline
- Contract Type: Lease (Solicitation).
- Product/Service Code: X1AA (Lease/Rental Of Office Buildings).
- NAICS Code: 531120 (Exception).
- Set-Aside: No specific set-aside is designated for this opportunity, but HUBZone small business concerns may waive the price evaluation preference. Offerors must be registered in SAM.
- Submission Deadline: 4:30 PM EASTERN on Thursday, April 16, 2026.
- Published Date: March 20, 2026.
Submission & Evaluation
- Submission Method: Offers must be submitted via email to SHANNON.SCHOENING@USDA.GOV. Mail or hand delivery are also accepted, provided they are received by the deadline.
- Proposal Contents: Required documents include GSA Form 3626, Supplemental Lease Requirements, Agency Specific Requirements, USDA IOD ADP and Wiring Guidelines, USDA Facility Signage Guide, Security Requirements, GSA Form 3517A, Tenant Improvement Cost Summary Workbook (TICS), Seismic Forms, GSA Form 1217 (Lessor's Annual Cost Statement), and GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation).
- Evaluation Criteria: Award will be made to the responsible offeror whose proposal represents the Lowest Price Technically Acceptable (LPTA) offer. The Government reserves the right to award without discussions.
- Exceptions: Bidders must outline any exceptions to the solicitation package separately; exceptions may reduce competitiveness.
Important Notes
Unauthorized contact with individuals other than the designated Lease Contracting Officer, Shannon Schoening, is prohibited. Legal counsel review of lease language should be completed prior to submission. The RLP package number is 57-47091-26-FA.