USDA Follett, TX 57-48295-26-NR
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) is soliciting proposals for the lease of approximately 2,980 to 3,200 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous office and related space in Follett, Texas. This opportunity, identified as RLP No. 57-48295-26-NR, seeks a modern, quality building to accommodate USDA operations. Offers are due by 5:00 PM CST on May 15, 2026.
Scope of Work & Key Requirements
The required space must be in a sound, well-maintained building in Follett, TX. Key requirements include:
- Size: Minimum 2,980 sq. ft. (ABOA), Maximum 3,200 sq. ft. (ABOA).
- Parking: 13 reserved, secured, and lit surface/outside parking spaces, including 2 for government vehicles and 11 for visitors/employees.
- Special Features: Pull-through parking for trucks pulling cattle trailers, 1,000 sq. ft. of secured parking for government vehicles, trailers, and shipping containers, and provision of 10' x 20' shipping containers.
- Building Standards: Compliance with government requirements for fire safety, accessibility (ABAAS), seismic safety (moderate seismicity), and sustainability (ENERGY STAR® label preferred). The building must not be in a 1-percent-annual chance flood plain and should have no asbestos or only undamaged/nonfriable ACM.
- Roof Access: Potential for government use of part of the building roof for antenna installation.
- Lease Type: A fully serviced lease is required, covering shell upgrades, tenant improvements (TIs), operating costs, real estate taxes, and security. Turnkey pricing, including Design Intent Drawings (DIDs) prior to award, is mandatory.
Contract Details
- Lease Term: A 20-year full term, with a 10-year firm term.
- Estimated Occupancy: May 1, 2027.
- Lease Commencement: Upon acceptance of the space.
- Product Service Code: X1AA (Lease/Rental Of Office Buildings).
- NAICS Code: 531120 (Exception).
Submission & Evaluation
Proposals must be submitted electronically to LARRY.VEGA@USDA.GOV by the deadline. Evaluation will follow a Lowest Priced Technically Acceptable (LPTA) methodology, as outlined in Section 4 of the RLP. Key evaluation factors include price, present value price evaluation, and other factors detailed in the RLP. Offerors must review all RLP documents, exhibits, and attachments in their entirety.
Eligibility / Set-Aside
While no specific set-aside is designated, the opportunity notes NAICS Code 531120 (Exception) and mentions a HUBZone Small Business Concern Price Preference Waiver option. Entities not registered in SAM.gov are advised to register. Federal agency names/acronyms are prohibited in the entity name.
Contact Information
For inquiries, contact Larry Vega, Lease Contracting Officer, at Larry.Vega@usda.gov or 979-680-5165.