USDA Seeks to Lease office and related space in Scottsburg, IN Scott County(Solicitation)
SOL #: 57-18143-24-FA-RLPSolicitation
Overview
Buyer
Agriculture
Farm Production And Conservation Business Center
FPAC BUS CNTR-MGMT SVS DIV
WASHINGTON, DC, 20250, United States
Place of Performance
Scottsburg, IN
NAICS
Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
PSC
Lease/Rental Of Office Buildings (X1AA)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 29, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
May 24, 2026, 8:30 PM
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 FPAC Business Center - Management Services Division, is soliciting proposals to lease 3,066 to 3,219 ANSI/BOMA Occupant Area (ABOA) square feet of office and related space in Scottsburg, Indiana. This opportunity is for a 20-year lease term (10 years firm) to house a USDA Service Center. The initial offer due date has been extended to May 24, 2026, by 4:30 PM Eastern.
Scope of Work & Requirements
The USDA requires contiguous office space, preferably on the first floor, that is modern, of sound construction, and equipped with modern conveniences. Key requirements include:
- Space Size: 3,066 to 3,219 ABOA square feet, contiguous.
- Building Standards: Must meet seismic safety, fire protection, life safety, and accessibility requirements. Buildings must have an ENERGY STAR® label (awarded within one year prior to proposal deadline), with exceptions requiring cost-effective energy efficiency improvements. The space must be free of known hazardous conditions and not located in a 100-year flood plain.
- Lease Type: Fully serviced lease, including operating costs and janitorial services. Subleases are not acceptable.
- Parking: 17 secured and lit surface/outside parking spaces for Government vehicles, with the cost included in the rental consideration. Additionally, approximately 800 SF of exterior parking is needed for storing no-till drills and accommodating farm equipment (trucks/tractors), requiring pull-through parking.
- Tenant Improvements (TIs): To be performed by the successful Offeror and included as part of the rental consideration.
Lease Details
- Lease Term: 20 years, with a 10-year firm term.
- Termination Rights: The Government retains the right to terminate the lease, in whole or in part, with 120 days' notice after the firm term.
- Estimated Lease Award Date: September 2026.
Submission & Evaluation
- Offer Due Date: May 24, 2026, by 4:30 PM Eastern.
- Submission Method: Offers must be submitted electronically to Iris.Bates@usda.gov.
- Registration: Offerors must be registered and active in the System for Award Management (SAM.gov).
- Evaluation Criteria: Award will be based on the lowest priced technically acceptable offer.
- Amendments: Offerors must acknowledge receipt of all amendments by the due date.
Eligibility & Notes
- NAICS Code: 531120 (Exception).
- Small Business: Small business size standard information is available on the SBA website.
- HUBZone: A price preference waiver is available for HUBZone businesses.
- Contact: Iris Bates (iris.bates@usda.gov) is the Lease Contracting Officer (LCO).
- Required Documents: The RLP includes various attachments, exhibits, and forms, including Agency Specific Requirements (ASR), security requirements, and lease templates (GSA Form 1364). Ownership documentation or written authorization to represent the owner(s) must be submitted.
People
Points of Contact
Iris BatesPRIMARY