Skip to content
Department of Agriculture

US Dept. of Agriculture Seeks to Lease Office and Related Space in Tiffin, OH

Solicitation: 57-39147-23-FA
Notice ID: b3f2dc92b5794ecdabf286a007cfbebb

Sources Sought from FARM PRODUCTION AND CONSERVATION BUSINESS CENTER • AGRICULTURE, DEPARTMENT OF. Place of performance: OH. Response deadline: Apr 07, 2026. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,809,548,108
Sector total $1,976,172,347 • Share 91.6%
Live
Median
$3,135,054
P10–P90
$3,135,054$3,135,054
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
91.6%
share
Momentum (last 3 vs prior 3 buckets)
-58%(-$732,796,999)
Deal sizing
$3,135,054 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Tiffin, Ohio • United States
State: OH
Contracting office
Washington, DC • 20250 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260040 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BRICKLAYER
Base $34.00Fringe $17.36
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
OH20260040 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BRICKLAYER
Base $34.00Fringe $17.36
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260028 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Clermont, Warren
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260027 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown, Butler
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260022 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Coshocton, Guernsey, Harrison +8
Rate
CEMENT MASON/CONCRETE FINISHER
Base $35.67Fringe $24.75
Rate
CEMENT MASON/CONCRETE FINISHER
Base $28.96Fringe $4.71
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator)
Base $37.14Fringe $15.20
+5 more occupation rates in this WD

Point of Contact

Name
Heather Schmitt
Email
heather.schmitt@usda.gov
Phone
7244825288

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER
Subagency
FPAC BUS CNTR-MGMT SVS DIV
Office
Not available
Contracting Office Address
Washington, DC
20250 USA

More in NAICS 531120

Description

4/7/2026 Update: SF has been updated to the following:

  • Maximum RSF: 8,887 - NOT TO EXCEED
  • ABOA RANGE: 6,715 - 7,051

10/27/2023 Update: Extended deadline. Add requirement: Lessor shall supply, install, and maintain site prep infrastructure for Government supplied, installed, and maintained Level 2 dual-port charging station. 

U.S. GOVERNMENT

Department of Agriculture (USDA) seeks to lease the following space:

Location Info:

  • State: Ohio
  • City: Tiffin
  • Delineated Area:
    • North: Starting at the intersection of CR38 and TR109: CR38 to TR15 
    • East: TR15 to TR17 to CR16
    • South: CR16 to CR19 to CR90 to CR113
    • West: CR113 to TR112 to TR109 to CR38

Space Info:

  • Minimum Sq. Ft. (ABOA): 7053
  • Maximum Sq. Ft. (ABOA): 7406
  • Maximum Sq. Ft. (RSF): 8464
  • Space Type: Office

Parking Info:

  • Reserved Parking Spaces for Government Owned Vehicles (GOV)(Total): 6
  • Reserved Parking Spaces for Visitors (Total): 28
  • Non-Reserved Parking Spacing (Total): 28
  • Parking Total (Reserved and Non-Reserved): 62

Term Info:

  • Full Term: Up to 20 Years
  • Firm Term: 5 Years
  • Termination Rights: 120 Days after completion of the Firm Term

Additional Requirements:

  • Parking lot must be able to accommodate dually trucks, semi-trucks, and trailers including livestock trailers. Paved road access is required to accommodate 80,000-pound loaded semi-trucks and 50,000-pound loaded livestock trailers.
  • A minimum of (1) reserved visitor parking space shall be pull-through to accommodate semi-trucks and trailers.
  • Space shall be contiguous.
  • Due to the public facing nature of this location (12’ minimum customer service counter), first floor is preferred.
  • Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. 
  • A fully serviced lease is required. 
  • Offered space shall not be in the 1-percent-annual chance (formally 100-year) flood plain.
  • Lessor shall supply, install, and maintain site prep infrastructure for Government supplied, installed, and maintained Level 2 dual-port charging station. 

Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).).  For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

Timeline Info:

  • Expressions of Interest Due: 4/7/2026
  • Occupancy (Estimated): March, 2027

Note:   Entities not currently registered in the System for Award Management (SAM) at SAM.gov, are advised to start the registration process as soon as possible if intending to submit an offer for possible lease award.

Expressions of Interest shall include the following:

  1. If existing building, building name and address, and location of the available space within the Building, along with building site/ lot plans, interior layout drawings/pictures (with dimensions shown) reflecting the Space that is being offered.
  2. If new construction, site/aerial plans or building site/lot plans showing the location of the proposal land, along with the parcel number (if part of multiple parcels, all parcel numbers associated with the proposed land).  Adjacent streets showing proposed ingress/egress shall be shown on the plans.
  3. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.
  4. Date of space availability.
  5. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required. *
  6. Amount of/type of parking available on-site. 
  7. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.
  8. For existing buildings, provide information on condition of building systems, roof, foundation, and current floor plan.  Alternatively, provide a copy of a recent commercial building inspection or appraisal.
  9. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).
  10. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.
  11. For new construction or properties requiring expansion of the footprint of the building, confirmation that offered space meets or will be made to meet National Environmental Protection Act of 1969 (NEPA) Requirements.

* As mentioned in #5 above, any submission received without written authorization to represent owner(s) will not be considered until such time the documentation has been received.  In cases where an agent is representing multiple entities, written acknowledgement/permission from each entity to represent multiple interest parties for the same submission must be submitted prior to the Expressions of Interest due date.

Send Expressions of Interest to:

  • Name/Title: Heather Schmitt | Lease Contracting Officer
  • Email Address: Heather.Schmitt@usda.gov
  • Government Contact Information
  • Name/Title: Heather Schmitt | Lease Contracting Officer
  • Email Address: Heather.Schmitt@usda.gov

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.