DOCUMENT
X -- The U.S. Department of Veterans Affairs Seeks Seeks Expressions of Interest for 25,922 Net Usable Square Feet of Administrative Space in Phoenix, AZ - Attachment
- Notice Date
- 1/27/2015
- Notice Type
- Attachment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I Street, NW;Washington, DC 20001
- ZIP Code
- 20001
- Solicitation Number
- VA10114R0244
- Response Due
- 2/16/2015
- Archive Date
- 5/26/2015
- Point of Contact
- Ms. Jennifer Shaw
- E-Mail Address
-
5th
- Small Business Set-Aside
- N/A
- Description
- Phoenix, AZ The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 25,922 Net Usable Square Feet of Administrative Space in Phoenix, AZ Notice: This is not a solicitation for offers, nor is it a request for proposals. The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address Hong Hitchings, Contracting Officer; United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Office of Facilities Acquisition, (003C4), 425 "Eye" Street, NW, Room 6E505L, Washington, DC 20001 Description: VA seeks to lease approximately 25,922 net usable square feet (NUSF) (or approximately 35,000 rentable square feet) of space and 200 parking spaces for use by VA as Administrative Space in Phoenix, AZ. VA will consider space located in an existing building. NUSF is generally defined as the space remaining once common areas, lessor areas, and areas required by code are deducted from the rentable square feet of the facility. NUSF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. A detailed definition will be provided by VA, should a solicitation for offers or request for proposals be issued for this project. Existing Space: If space offered is on more than one floor, a minimum of one (1) passenger elevators and one (1) combination (passenger/freight) elevator must be provided. The building must be able to comply with Americans with Disabilities Act and meet security requirements as set forth in the Interagency Security Committee Standards and Best Practices (http://www.dhs.gov/interagency-security-committee-standards-and-best-practices) and be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). Parking Requirements: On-site parking must 1) be dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations; and 3) total no less than 200 spaces. Parking spaces shall be handicapped designated in accordance with local code. All spaces shall be sized in accordance with design standards as described in the VA Lease Based Outpatient Clinic Design Guide (available at http://www.cfm.va.gov/til/dGuide.asp). The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov). The Government's lease is expired September 30, 2013.The Government is interested in considering alternative space if economically advantageous. The Government will consider the cost of moving, alterations, etc., when deciding whether it should relocate. Delineated Area: To receive consideration, submitted properties must be located within the delineated area, which is bound by the following roads or must front on any of the following roads: Beginning at the intersection N 7th St and E Camelback Rd, continue west on E Camelback Rd to N Central Ave.; south on N Central Ave. to E Osborn Rd., east on E Osborne Rd. to N 7th St; north on N 7th St to beginning point. The attached map of the delineated is provided for further clarification of the boundaries of the delineated area. Lease Term: Three (3) years firm with two (2) one-year options Submission Requirements: Please provide the following basic information and descriptions pertaining to the building you propose for consideration by VA. VA assessment of your building depends on the information you provide. VA reserves the right to eliminate a property that fails to comply with the requirements herein. All submissions should include the following information: (1)Name of owner; (2)Address or described location of building; (3)Location on map, demonstrating the building lies within the delineated area; (4)Description of ingress/egress to the building; (5)A statement as to whether the building is currently zoned for medical and medical office use; (6)Description of the uses of adjacent property; (7)FEMA map evidencing that the property lies outside the 100-year floodplain; (8)A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, and (9)Evidence of ownership, if building/site submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building must provide evidence of authority granted by property owner to submit the property to VA for development. (10)Any information related to title issues, easements, or restrictions on the use of the building; and (11)A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction. For existing buildings, provide the following information: (1)Age of building; (2)Total existing gross square feet, and gross square feet per floor; (3)Site plan depicting the building and parking; (4)Floor plan and gross square footage of proposed space; and (5)Identification of on-site parking to be dedicated for VA's use. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this requirement that meet VA's minimum criteria. The Contracting Officer will make an initial evaluation to determine if the offered buildings/sites meet VA's criteria as listed within this advertisement. If the site meets VA's criteria, the market survey team will evaluate properties as follows: 1. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than February 16, 2015, 4:00 p.m. EST. In order to receive a Solicitation for Offers, and correspondence prior to the submission of offers, please submit your property information to: Ms. Jennifer Shaw ISI Professional Services 1201 15th Street, NW, Suite 200 Washington, DC 20005 Phone: 202-263-0872 Fax: 202-393-0630 jshaw@isiwdc.com With a copy to: Hong Hitchings, Contracting Officer United States Department of Veterans Affairs (VA) Office of Construction & Facilities Management Office of Facilities Acquisition, (003C4) 425 "Eye" Street, NW Washington, DC 20001 RESPONDENTS ARE ADVISED THAT VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ANNOUNCEMENT and THE GOVERNMENT WILL PAY NO MORE THAN THE APPRAISED FAIR MARKET VALUE FOR LAND AND FOR RENTAL SPACE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10114R0244/listing.html)
- Document(s)
- Attachment
- File Name: VA101-14-R-0244 VA101-14-R-0244.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1833384&FileName=VA101-14-R-0244-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1833384&FileName=VA101-14-R-0244-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-14-R-0244 VA101-14-R-0244.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1833384&FileName=VA101-14-R-0244-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Office of Construction and Facilities Management;425 I Street, NW;Washington, DC
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN03625427-W 20150129/150127234213-b82a03a8f7c40e12e75920a62dd8163f (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 |