Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
DOCUMENT

X -- The Department of Veterans Affairs Seeks Expressions of Interest for 65,125 Net Usable Square Feet of Clinical Space in Mobile, AL - Attachment

Notice Date
3/21/2013
 
Notice Type
Attachment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
VA Office of Construction & Facilities Management - Department of Veterans Affairs Office of Facilities Management
 
Solicitation Number
VA10113R0112
 
Response Due
4/12/2013
 
Archive Date
7/20/2013
 
Point of Contact
Mr. Garland Gill Jr
 
E-Mail Address
5th
 
Small Business Set-Aside
N/A
 
Description
X---Mobile, AL The Department of Veterans Affairs Seeks Expressions of Interest for 65,125 Net Usable Square Feet of Clinical Space in Mobile, AL General Information Document type:Presolicitation Notice; re-advertisement Solicitation Number: VA-101-13-R-0112 Posted Date: March 22, 2013 Original Response Date: April 12, 2013 Current Response Date:--- Original Response Date:--- Original Archive Date:--- Current Archive Date:--- Classification Code: X-Lease or rental of facilities Set Aside: N/A Contracting Office Address Department of Veterans Affairs, Office of Construction & Facilities Management (003C1E), 425 I Street, NW, Washington, DC 20001 Description: THIS REPLACES PREVIOUS SOLICITATION NUMBER, VA-101-12-R-0133 The United States Government, Department of Veterans Affairs (VA) is seeking to lease 65,125 net usable square feet (NUSF) of space for use by VA as an Outpatient Clinic in Mobile, Alabama. VA will consider both existing building space and/or land for new construction of a build-to-suit building. If the space is existing, it must be located on no more than two (2) contiguous floors; first floor space is preferred. Space must be contiguous, with an open floor plan, and can be provided by modifying existing space. If space offered is on multiple floors, a minimum of three passenger and one combination (passenger/freight) elevators must be provided. Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. The building must meet certain security requirements as set forth in the Interagency Security Committee Standards and the Department of Justice Security Standards. Newly constructed buildings must comply with VA's Life Safety Protected Physical Security Design Manual. The building must be constructed of masonry, concrete, or steel framing. If land is offered it must be able to accommodate the desired square footage, security setbacks, and parking requirements as noted below. For land VA prefers to enter into an assignable option to purchase. For both the existing building and land scenario an on-site parking lot must accommodate the greater of: (i) local code required pro-rata share of parking allotted to the building for the duration of the lease term or (ii) a minimum of five hundred and twenty-one (521) dedicated, standard sized, parking spaces. The building and parking area must be fully accessible meeting all requirements of Architectural Barriers Act Accessibility Standards (ABAAS), with a minimum of ten (10) percent assigned for handicapped parking. EXPRESSIONS OF INTEREST SHOULD INCLUDE THE FOLLOWING INFORMATION, AS KNOWN OR AVAILABLE. PLEASE NOTE THAT TIME IS OF THE ESSENCE, PLEASE PROVIDE AS MUCH INFORMATION AS POSSIBLE TO ENABLE VA TO EVALUATE YOUR OFFERED PROPERTY VA RESERVES THE RIGHT TO ELIMINATE A PROPERTY THAT FAILS TO PROVIDE SUFFICIENT INFORMATION. For All Existing Building and Land Sites: (1)Site address or location description and legal description (2)Location on map demonstrating the site is within the delineated area (3)Ingress/egress to street(s) (4)Evidence of proper zoning for medical office use (5)FEMA map evidencing that the property lies outside the 100-year floodplain (6)Narrative and map depicting proximity to the nearest bus and/or train stop (7)Access to site from major transportation routes (8)Brokers or legal representatives must show written acknowledgement and permission to represent property (9)Property Owners and/or developers must provide written proof of ownership or non-contingent control of property at the time of submission of initial bids (10)Specific information on site ownership and any known title issues, defects, deed restrictions and encumbrances. (11)Describe any future development affecting the site including neighboring projects and road/public utility line construction. In addition: For Land Sites: (1)Size of parcel, amount (or range) of usable acreage offered, and an indication on how the parcel acreage meets the needs described above (2)Site plan, survey and/or plat map of the site indicating the location of the parcel offered. Site plan should include location of utilities, any easements (above and below ground), adjacent roads, and/or other encumbrances affecting the potential development of the parcel. Include any grading, drainage or sewer plans that have been or will be completed in the future. For Existing Buildings: (1)Age of building and owner (2)Total existing net usable square feet (3)Site plan depicting the building as is (4)Block or floor plan of space proposed for offer (5)Identification on site plan demonstrating location of parking to be dedicated for VA's use For further information concerning the requirement, please e-mail Mr. Garland Gill at ggill@isiwdc.com. Location: The site must be located within the following delineated area: "North boundary - On Moffett Road "South boundary - On County Road 30 (Theodore Dawes Rd) and 26 (Hamilton Blvd) "East boundary - On County Road 163(Dauphin Island Parkway) to Government Blvd to Houston St "West boundary - On County Road 31 (Schillinger Road) Offeror must provide evidence that the offered property is outside the 100-year flood plain. The only acceptable evidence is a Flood Insurance Rate Map (FIRM) from the FEMA with the site clearly outlined. This map must be the latest issued and include the panel number. Lease Term: 20 years firm as a full service lease. Availability: The required occupancy date is February 2015. Note: The government will pay no more than the appraised fair market value for the space. Respondents are advised that the VA assumes no responsibility to award a lease based upon responses to this advertisement. Please forward these expressions to: Mr. Garland Gill Jr ISI Professional Services 1201 15th Street, NW, Suite 200 Washington, DC 20005 Phone: 202-263-0870 Fax: 202-393-0630 ggill@isiwdc.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113R0112/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-R-0112 Boundary Delineated Area.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=667991&FileName=VA101-13-R-0112-000.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=667991&FileName=VA101-13-R-0112-000.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03017821-W 20130323/130321234733-8927ff1c749d6f97b154aeacf79973e2 (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.