Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
MODIFICATION

X -- Saranac Lake/Lake Placid Community-Based Outpatient Clinic Synopsis Amendment/Time Extension

Notice Date
10/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-09-RP-0235
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
Jason V WhiteContract Specialist
 
E-Mail Address
Contract Specialist
(jason.white@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to extend the response date of a previous synopsis. This amendment also eliminates the requirement for all offered properties to be located completely within Essex County. All offered properties received under the previous posting will still be considered and do not need to be resubmitted. The Samuel S. Stratton Veterans Affairs Medical Center (Hereafter "VA"), located at 113 Holland Ave., Albany NY 12208, plans to solicit the market and make competitive award of a Real Property Lease Agreement for approximately 2,500 gross (2,000 ANSI/BOMA Net Usable) square feet of outpatient clinic space located within 10 miles of the town of Saranac Lake in the state of New York. The space must include at least 10 patient parking spaces, with an additional 7 for VA staff/Government Vehicles preferred. At least two patient spaces must be marked as handicapped and located directly adjacent to the building entrance. The geographic limitations detailed above will be strictly enforced and the VA will not accept or consider offers from beyond its boundaries. The anticipated lease agreement would be for a five-year base term with one five-year option to be exercised by the unilateral action of the VA. The VA is willing to consider two different types of responses to fulfill this need. The first ("Type 1") is a standard fit-out ready stand-alone building or suite with active utility connections that can be modified to meet the general needs and floor plan of a VA Community-Based Outpatient Clinic (i.e., a "warm, lit shell"). This structure may be existing, or constructed as a build-to-suit project. The VA would be the sole occupant of this space once fit-out appropriately for its use. The VA would anticipate amortizing the cost of any fit-out/construction into the monthly rental payments to be made to the lessor across the five-year base term of the lease. The second type ("Type 2") is space within an active practitioner's office or area of practice set up for use as a fully-functioning medical clinic that is used part-time or not completely utilized. The VA would rent this space on a part-time basis to provide standard primary care outpatient services in during specific windows of availability. The VA would need access to this space for a full 8-hour day at least twice per week on weekdays (8:00 AM - 4:30 PM). It is anticipated that acceptable space of this type would require minimal fit-out or modification for the VA's use (or, ideally, none). The VA would need access to high-speed internet (e.g., T-1 or Fiber-Optic) and all other utilities. The existing furniture and potentially medical equipment would be utilized by VA staff to treat VA patients. The VA will make a decision about which space type to limit its consideration to based upon the results of this synopsis. The VA will NOT conduct an open competition in which both types of space compete against one another. A beneficial occupancy date, with the space fully modified and prepared for the VA's use to see patients, is required no later than May 1, 2010. Evaluation will likely take into account whether the offered space could be made ready for VA use prior to that date. Existing clinical space to be shared (Type 2) would be expected to be available much sooner. Interested parties are required to send an email to Jason.White@va.gov, Rachael.Roney@va.gov, and Sonja.Stroud@va.gov to request a market survey of their available property. This email must be received no later than October 16, 2009. The email must include a point of contact name, telephone number, email address, the physical address of the property, the available square footage, asking price (if available), space type (referencing type 1 or 2 above), and a general overview of the building's age, condition, prior/current use, and available utilities. Following October 16, the VA will determine which space type to pursue (Type 1 or 2), and begin the process of formal market surveys at each offered site. This market survey will consist of a group of VA stakeholders visiting and evaluating each offered space to make a go/no-go determination of whether the space currently meets or can be made to meet the VA's needs. These market surveys are anticipated to occur during standard business hours in the month of October, and will require the building owner or a designee pre-approved by the VA to be present. Market surveys are typically 30 minutes to 90 minutes in length. Following market surveys, the VA will release a Solicitation for Offers (SFO) to owners of spaces which were rated as a "go" during the market survey. This SFO will specify a time period in which offerors must prepare a full, signed lease offer and submit the offer to the VA for final evaluation. The VA may conduct discussions (negotiations) as necessary with offerors to reach a final, best-value decision regarding the ultimate award of a lease. All correspondence regarding this synopsis, the resulting solicitation, and the ultimate award of this lease must be conducted exclusively with the Contracting Officer and/or a designee thereof. The approved designees for this procurement are: Mr. Jason White, Contract Specialist (518) 626-6844 Ms. Rachael Roney, Contract Specialist (518) 626-6137 Ms. Sonja Stroud, Contract Specialist (518) 626-6139
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA-528-09-RP-0235/listing.html)
 
Place of Performance
Address: Saranac Lake or Lake Placid, NY
Zip Code: 12983
 
Record
SN01978993-W 20091004/091002234954-336de990a7ca57e463fec3b0e41b00ab (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.