DOCUMENT
X -- Montgomery County, Maryland Community Based Outpatient Clinic (CBOC) 11,652 Net Usable Square Feet (NUSF) of Clinic Space Approximately 15,500 Rentable Square Feet - Attachment
- Notice Date
- 8/19/2015
- Notice Type
- Attachment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N. Greene St.;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- VA24515R0163
- Response Due
- 9/17/2015
- Archive Date
- 12/25/2015
- Point of Contact
- Ms. Sally Familton
- E-Mail Address
-
ore,
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Seeks Expressions of Interest for 11,652 Net Usable Square Feet of Clinic Space in Montgomery County, MD Notice: This is not a solicitation for offer, nor a request for proposals. VA will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the VA assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: VAMC - Baltimore Annex, 209 W. Fayette Street, Baltimore, Maryland 21201; Attn: Ms. Sally Familton, Contracting Officer. Description: VA seeks to lease approximately 11,652 net usable square feet (NUSF) of space (or approximately 15,500 rentable square feet) for use by VA as a Community Based Outpatient Clinic (CBOC) in Montgomery County, MD. VA will only 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 Space in an existing building must be located on no more than one (1) contiguous floor and all space must be on the ground level or first floor of the building. 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 55 parking spaces. Handicapped parking spaces shall be designated in accordance with local code. The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov). Delineated Area: To receive consideration, submitted properties must be located within the following delineated area: Beginning at Montrose Road beginning at Rockville Pike (355) West to I-270, North on I-270 to Wooton Parkway, West on Wootton Parkway to Darnestown Road (Rt 28), West on Darnestown Road to Great Seneca Hwy, North on Great Seneca Hwy to Quince Orchard Road (124), East on Quince Orchard Road to Frederick Avenue (355), South on Frederick Avenue to Gude Drive, East on Gude Drive to Norbeck Road (Rt. 28), West on Norbeck Road to Rockville Pike (355), South on Rockville Pike to Montrose Road. Lease Term: VA requires a lease term of up to 20 years. Offerors will be required to provide a 15-year firm term with one 5-year renewal option. VA reserves the right to request other lease structures. Submission Requirements: Please provide the basic information and descriptions pertaining to the building you propose for consideration by VA. VA's assessment of your building will be dependent 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 or land; (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; (9)Evidence of ownership, if building submitted by owner. Non-Owners submitting a building must provide evidence of authority granted by property owner to submit the property to VA for consideration. (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 the proposed space; and (5)Identification of on-site parking to be dedicated for VA's use. (6)Documentation showing compliance with seismic requirements, if any, for the location of the property. 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 meet VA's criteria as listed within this advertisement. If the building meets VA's criteria, the market survey team will evaluate properties and scored as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than Thursday, September 17, 2015, 4:00 p.m. EST. In order to receive a Request for Lease Proposal, and correspondence prior to the submission of offers, please submit your property information to: Public Properties 3210 Grace Street, NW Suite 100 Washington, DC 20007 Attention: Brad SeifertAlternate:Joseph Callahan bseifert@ppwashdc.comjcallahan@ppwashdc.com 202-652-4192202-652-4190 With a copy to: Ms. Sally Familton Contracting Officer VAMC-Baltimore Annex 209 W. Fayette Street Baltimore, Maryland 21201 410-637-1507 sally.familton@va.gov RESPONDENTS ARE ADVISED THAT THE 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 RENTAL SPACE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24515R0163/listing.html)
- Document(s)
- Attachment
- File Name: VA245-15-AP-4289 VA245-15-AP-4289.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2262105&FileName=VA245-15-AP-4289-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2262105&FileName=VA245-15-AP-4289-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-15-AP-4289 VA245-15-AP-4289.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2262105&FileName=VA245-15-AP-4289-000.docx)
- Record
- SN03845906-W 20150821/150819235757-224d805eaba0fab8f1660dae0ed8c780 (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 |