Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2008 FBO #2568
SOLICITATION NOTICE

X -- New Lakewood CBOC

Notice Date
12/5/2008
 
Notice Type
Presolicitation
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs, VA Rocky Mountain Consolidated Contracting Center, Department of Veterans Affairs, Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-08-RP-0235
 
Response Due
12/22/2008
 
Archive Date
2/20/2009
 
Point of Contact
Mark MoriartyContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
The VA Eastern Colorado Healthcare System (ECHS) Medical Center, located at 1055 Clermont Street, Denver, Colorado is soliciting offers from experienced qualified property owners to provide to lease approximately 15,923 rentable square feet of clinical, office and related space for use by the Department of Veterans Affairs for the establishment of a Community Based Outpatient Clinic (CBOC). The Clinic will be administered by the Eastern Colorado Health Care System and provide needed access to primary care and mental health for veterans living in and around Jefferson county. The Clinic will be open between the hours of 7:00 a.m. and 6:00 p.m., Monday through Friday and possibly weekend hours. The VA clinic will provide treatment of physiological and pathological conditions not requiring subspecialty or inpatient services. Care will be directed towards health promotion and disease prevention, management of acute and chronic medical conditions, and appropriate referral to specialty care. The Clinic will not provide emergent care. Special Requirements: "Preferred delineated areas is from South of 32nd Avenue, North of Mississippi, West of Wadsworth, East of Highway 93 "Occupancy date on or before September 1, 2009 "Contract term is base year 10 with five (5) one-year option years to be exercised at the discretion of the Government "Close proximity to local fire, emergency medical services and police support "Building description: new or older, very well-maintained (with minimal build-out costs) "Handicapped accessible (IAW ADA) "Prefer clinic to be located on one floor, ground level "Building security to ensure safety of sensitive medical information "Provides VA with the ability to secure office/clinic space; e.g., keys, ID codes "Parking must be on site with close proximity to the clinic "Minimum of sixty (60) parking spaces designated for veterans and staff "10 Van-accessible/handicapped parking spaces "Infrastructure to support T1/DSL/ATM data connectivity oMust be locked from public access oMinimum of 15 am circuit, GFCI oOffer conduit or easy access to structure oProtected from obvious environmental factors that would harm staff/equipment oLocated internal; i.e., no external opening "VA specified directional signage, internal and external "Provision/inclusive for daily trash pick-up and housekeeping activities "Inclusive lease to include utilities, building maintenance janitorial/custodial, snow removal, life safety and environment of care assurances Unique Space Requirements: "Waiting/reception areas "Machine/file/storage space "21 exam rooms - approximately 120sf per exam room with sinks "17 Offices-approximately 120sf per office "Multipurpose conference / classroom - minimum of 300sf "2 Utility room (clean/dirty with hand-washing capacity) "1 Janitor's closet "9 handicapped patient/staff bathrooms "Telecommunication room (demarcation point) - 50 square feet "Employee Lounge - minimum of 200sf "Radiology - 2 rooms at approximately 320 sf per room, preferably on the ground level location due to the requirements for radiological equipment "Audiology Suite - 2 at approximately 300 sf "Dental Operatory space capable Total square footage - not to exceed 15,923 net usable square feet Support Service Requirements: "Close proximity to major roads "Access to public transportation and local eating establishments The VA is issuing this Request for Proposal in accordance with FAR Part 15 where the lease will be awarded to the Offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government, price and other factors considered. The following factors, listed in descending order or importance, shall be used to evaluate offers: Factor 1 - Location of Proposed Site; Factor 2 - Technical; Factor 3 - Price; and Factor 4 - past Performance. All non priced factors, (Price/Condition of Building/Capability of Proposed Space to Meet existing VA Space Requirements and Best Value), when combined, are significantly more important than Price. 1) Location of Proposed Site (Reference section 1.3), 2) Technical Factors: A subjective evaluation of the offeror's technical proposal will be performed. Technical sub-factors, which are of equal importance are: a) Condition of Building (IAW Section 3, 5 & 8), b) Capability of Proposed Space to Meet existing RCS Office Requirements (IAW Sections 1, 3 and 8); 3) Price: Consisting of the following sub-factors which are of equal importance: a. Rent, b. Build-out costs c. Tenant Improvement Allowance; 4) Past Performance, 5)Promotion of Energy Efficiency and Use of Renewable Energy. NAICS Code 531110, Real Estate Rental or Leasing of Residential Building, is applicable to this acquisition with a Business Size Standard of $6.5 million. Solicitation documents will be available electronically on or about Friday, December 5, 2008 at the FedBizOpps website at http://www.fedbizopps.gov. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-08-RP-0235 been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. All SDVOSB submitting an offer must be registered and will be verified by the Contracting Officer in the VetBiz Information pages located at http://www.vip.vetbiz.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b2118e87f0b03e2546faf5899dd13234&tab=core&_cview=1)
 
Place of Performance
Address: Denver, CO<br />
Zip Code: 80220<br />
 
Record
SN01714401-W 20081207/081205220411-b2118e87f0b03e2546faf5899dd13234 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.