Skip to content
Department of Agriculture

The U.S. Department of Agriculture (USDA) seeks to lease the following space in Mountain City (Johnson Co) TN

Solicitation: 57-47019-26-FA
Notice ID: cf02a0dce9ec4ecbb301e300bf0a53d6

Presolicitation from FARM PRODUCTION AND CONSERVATION BUSINESS CENTER • AGRICULTURE, DEPARTMENT OF. Place of performance: TN. Response deadline: Feb 06, 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
$1,595,675,818
Sector total $1,653,287,284 • Share 96.5%
Live
Median
$1,753,928
P10–P90
$123,990$177,792,049
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.5%
share
Momentum (last 3 vs prior 3 buckets)
+5750%($1,542,039,480)
Deal sizing
$1,753,928 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 TN
Live POP
Place of performance
Mountain City, Tennessee • United States
State: TN
Contracting office
Washington, DC • 20250 USA

Point of Contact

Name
Shannon Schoening
Email
shannon.schoening@usda.gov
Phone
Not available

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

SAM Advertisement Modification 3 (01/28/2026)

SAM Advertisement 57-47019-23-FA dated 08/08/2023 and further modified by SAM Advertisement Modification 1 dated 06/21/2024 and SAM Advertisement Modification 2 dated 07/17/2024, is hereby deleted in its entirety and the replaced with the following in order to update the project reference number, modify the requested square foot, clarify parking requirements, clarify the lease term, clarify additional space requirements, extend the expressions of interest due date and change USDA contracting personnel POCs.

----------------------------------------------------------------------

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

State: Tennessee

City: Mountain City

County: Johnson County

Delineated Area: City Limits of Mountain City, TN

Minimum Sq. Ft. (ABOA): 2,230 ABOA SF Minimum

Maximum Sq. Ft. (ABOA): 2,342 ABOA SF Maximum

Rentable Square Feet (RSF): 2,782 Not to exceed RSF

Space Type: General-purpose office and related space

GOV Surface/ Outside Reserved Parking Spaces: One (1) reserved parking spaces for GOVs.  These parking spaces shall be designated for USDA/ Government-Use Only.  Reserved parking shall be located on-site and within a maximum walking distance of 300-feet of the public entrance of the building.

Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Ten (10) reserved parking spaces for USDA producers/ visitors.  Reserved parking shall be located on-site and within a maximum walking distance of 300-feet of the public entrance of the building.

Employee Surface/ Outside Non-Reserved Parking Spaces: Seven (7) non-reserved (public) parking spaces for USDA employees.  Non-reserved (public) parking spaces shall be on-site or within a ¼ walkable mile (1,320 feet) of the public entrance of the Premises.

Total Proposed Lease Term: Up to Twenty (20) Years (240-Months)

  • Firm Term: Ten (10) Years (120-Months)
  • Full Term: Fifteen (15) Years (180-Months)
  • Option Term: One (1) 5-year option upon 120-days written notice by the Government

Termination Rights: 120 Days written notice in whole or in parts after expiration of the firm lease term

Tenant Improvements: Turnkey Tenant Improvements with Pre-Award DIDs

Additional Requirements:

  • Square feet may reflect non-USDA partners where NRCS provides workspace to partners through agreement.
  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building(s) or tenant usage.
  • The space offered, its location, and its surrounding areas must be compatible with the Government’s intended use.
  • The space offered shall be in a professional office environment or surroundings with a prevalence for modern design and/or tasteful rehabilitation in modern use.
  • The space offered will not be considered where any living quarters are located within the building.
  • Space shall not be adjacent to a tenant or business whose primary operation is the sale of alcoholic beverages, where firearms are sold and/or discharged, or where tenants related to drug treatment or detention facilities are located.
  • Subleases are not acceptable.
  • First floor space is preferred. Offered space must be contiguous and continuous, on one floor. If space offered is above the ground level, then at least one (1) accessible elevator will be required.
  • The Government will have access to the Space 24-hours a day, 7-days a week. Normal hours of operation are Monday through Friday 6:00 AM – 6:00 PM (excluding Saturdays, Sundays, and Federal Holidays).
  • 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 floodplain (formerly referred to as “100-year” floodplain).

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.

Expressions of Interest Due: 4:30 PM Eastern, Friday, February 6, 2026

Market Survey (Estimated): TBD

Occupancy (Estimated): Within 90-days of Government’s issuance of NTP for Tenant Improvements

Send Expressions of Interest to:

Name/Title: Shannon Schoening, USDA Contracting Officer

Email Address: SHANNON.SCHOENING@USDA.GOV

Expressions of Interest shall include the following:

  1. Refer to project number 57-47019-26-FA in expressions of interest response.
  2. For existing buildings, complete Lease Market Survey Form for Existing Building, MS-2991, in its entirety (available on request).
  3. If existing building, include building name and legal address (as reflected on DEED), the location of available space within the building, along with building site/ lot plans, interior layout drawings/ pictures (with dimensions shown) reflecting the Space(s) that are being offered.
  4. For new construction properties, where a land site is proposed,
  5. 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.
  6. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.
  7. Date of space availability.
  8. Amount of/type of parking available on-site.  If parking is not available on-site, provide a map showing the location(s) of parking requested in the advertisement.
  9. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.
  10. 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.
  11. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required.*
  12. Brokers submitting properties MUST show authorization from the property owner to submit property on behalf of the property owner; this can include, but is not limited to a listing agreement, letter from the property owner authorizing the broker to submit the property, purchase/ sale agreement, option, etc.*
  13. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS).
  14. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable.
  15. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements.
  16. 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 numbers 11 and 12 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.

Government Contact Information

In no event shall the offeror enter into negotiations or discussion concerning the Space to be leased with any Federal Agency other than the U.S. Department of Agriculture Lease Contracting Officer or their authorized representative indicated below.

Lease Contracting Officer:  Shannon Schoening

Leasing Specialist: N/A

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.