USDA Seeks to Lease Office and Related Space in Georgetown, Sussex County, Deleware
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 a leasehold interest in office and related space, including a ware yard, in Georgetown, Sussex County, Delaware. This opportunity seeks to secure facilities for a USDA Service Center and NRCS Space. Offers are due by April 2, 2026, at 4:30 PM EASTERN.
Scope of Work
The USDA requires approximately 10,384 to 10,903 ABOA square feet (up to 11,941 RSF) of contiguous space. This includes 7,206-7,566 ABOA SF for the USDA Service Center and 3,178-3,337 ABOA SF for NRCS Space. Additionally, the requirement includes 74 parking spaces (6 government, 26 producer/visitor with large vehicle accommodation, 42 employee) and a 5,000 SF secured/fenced ware yard. The lease term is for 13 years (156 months) total, with a 10-year firm term for the USDA Service Center Space. Tenant improvements are to be turnkey.
Key Requirements
The proposed facility must be of modern, sound construction, in good condition, and capable of meeting extensive building standards, including accessibility, fire protection, life safety, and ENERGY STAR compliance. Specific requirements include:
- Physical Security: Facility Security Level I (FSL I) standards, covering access control, critical area protection, security systems (alarm, PACS, VSS, IDS, duress), and emergency generator protection.
- IT Infrastructure: Detailed Automated Data Processing (ADP) room specifications, including electrical, cabling (CAT6 or higher), temperature/humidity control, and physical security. Cybersecurity measures for Building and Access Control Systems (BACS) are also mandated.
- Signage: Compliance with USDA's Facility Signage Guide for branding, design, and placement.
- Environmental: Due diligence, including Phase I Environmental Site Assessment, NEPA, and NHPA compliance.
- Operational: Lessor is responsible for utilities, janitorial services, snow removal, and maintenance. Prevailing wage rates (Davis-Bacon Act) apply to construction.
Submission & Evaluation
Offers must be submitted via email to Shannon Schoening (shannon.schoening@usda.gov) by the deadline. The award will be based on the lowest priced technically acceptable offer, determined through a present value price evaluation. Required forms include GSA Form 1217 (Lessor's Annual Cost Statement) and GSA Form 1364 (Proposal to Lease Space). Offerors must be registered in SAM.gov at the time of submission and award.
Amendments & Clarifications
Amendment 1 (February 25, 2026) clarifies that pricing for the NRCS Space will be negotiated separately with the successful offeror, and only the USDA Service Center Space should be priced for initial offer evaluation. It also details space demonstration requirements and procedures for submitting deviations.
Eligibility / Set-Aside
The NAICS Code is 531120 (Exception). While no specific set-aside is designated, HUBZone small business concerns may waive price evaluation preference.