DOCUMENT
X -- The Department of Veterans Affairs Seeks Expressions of Interest for 114,300 Net Usable Square Feet of Clinic Space in Ponce, Puerto Rico - Attachment
- Notice Date
- 11/18/2015
- Notice Type
- Attachment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4A);425 I Street, NW, Room 6E505J;Washington DC 20001
- ZIP Code
- 20001
- Solicitation Number
- VA10116R0028
- Response Due
- 12/9/2015
- Archive Date
- 3/17/2016
- Point of Contact
- Joe Callahan
- E-Mail Address
-
race
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Seeks Expressions of Interest for 114,300 Net Usable Square Feet of Clinic Space in Ponce, Puerto Rico 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 Ray L. Savoy, United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management (003C4A), 425 I Street, NW, Room 6E505L, Washington, DC 20001 Description: VA seeks to lease 114,300 net usable square feet (NUSF) of space (or approximately 154,000 gross square feet) and a minimum of 772 parking spaces for use by VA as a Community Based Outpatient Clinic (CBOC) in Ponce, Puerto Rico. VA will consider existing building space and land for new construction. Existing Space Space in an existing building must be located on no more than two (2) contiguous floors and all space on each floor must be contiguous. If space offered is on two floors, a minimum of two (2) passenger elevators and one combination (passenger/freight) elevator must be provided. Net usable square feet does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. The building must be able to comply with the Americans with Disabilities Act and meet certain security requirements as set forth in the Interagency Security Committee Standards and the Department of Justice Security Standards. Land New construction requires a minimum of 16 acres of land. The developable land must be sufficient to accommodate the required space on no more than two floors (single story is preferred) as well as provide sufficient security setback and parking requirements; while complying with all local laws, rules and regulations. Parking Requirements On-site parking must 1) be dedicated for the exclusive use of VA; and 2) be fully compliant with local laws, rules and regulations; and 3) total no less than 776 spaces. Ten percent (10%) of the parking spaces must be handicapped designated. All offered spaces shall be sized in accordance with the design standards described in the VA Design Guide. The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS). Delineated Area: To receive consideration, submitted properties must be located within the following delineated area: EAST: The East boundary begins at State Road 14 at the Ponce territory boundary, continuing south along the Ponce territory boundary to the coastline. SOUTH: The South boundary begins at the Ponce territory line and the coastline, continuing west along the coastline to State Road 2 to Laguna de la Salinas and the coastline. WEST: The West boundary begins at State Road 2 and Laguna de la Salinas, continuing east along State Road 2 to Highway 9, continuing north on Highway 9 to Highway 500, continuing east along Highway 500 to Calle Main Este, continuing north on Calle Main Este to Highway 132, continuing east on Highway 132 to PR 123, continuing north on PR 123 to Highway 9, continuing east on Highway 9 to Highway 10, continuing north on Highway 10 to Road 503. NORTH: The North Boundary begins at Highway 10 and Road 503, continuing east on Road 503 to Highway 10, continuing east on Highway 10 to State Road 14, continuing east on State Road 14 to the Ponce territory boundary. The following map is provided for further clarification of the boundaries of the delineated area. Lease Term: VA requires a lease term of up to twenty (20) years. Offerors will be required to provide three lease options; 1) a 20-year firm term, 2) a 15-year firm term and 3) a 15-year firm term with one 5-year renewal option. VA reserves the right to request other lease structures. Submission Requirements: Submissions must be identified in accordance with the following four (4) categories: 1. Existing Building, or 2. Land (1-step) to be fully developed and space constructed by the submitting party in accordance with VA requirements. 3. Land (2-step) to be optioned by VA for development and construction by a party to be selected by VA through a competitive process, or 4. Land submitted as both a category 2 and a category 3 option, as described above. Please provide as much as possible of the following basic information and descriptions pertaining to the building or land you propose for consideration by VA. VA's assessment of your building or land will be solely dependent on the information you provide. VA reserves the right to eliminate a property that fails to provide sufficient information. All submissions should include the following information: (1)Name of Owner. (2)Address or location description of building or land. (3)Location on map demonstrating the building or land is in the delineated area. (4)Description of ingress/egress to the building or land. (5)A statement that the building or land is currently zoned for medical and medical office use. (6)FEMA map evidencing that the property is clearly outside the 100-year floodplain. (7)A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes. (8)Property Owners must provide evidence of ownership. Non-Owners (e.g. prospective developers/lessors) submitting a building or land must provide evidence of permission or authority granted by property owner to submit the property to VA for development. (9)Any information related to title issues, easements and restrictions on the use of the building or land. (10)A description of any planned land development or construction that will affect the site including neighboring projects and road/ utility line construction. (11)Description of the uses of adjacent property. For Land Sites provide the following additional information: (1)Size of parcel, amount (or range) of developable acreage offered, and an indication of how the site addresses the requirements described above. (2)Site plan, boundary and topographic surveys and/or plat map of the site indicating the location of the parcel offered. (3)Site plan should include location of utilities, easements, adjacent roads, and any information regarding issues that may affect the potential development of the parcel. For Existing Buildings: (1)Age of building. (2)Total existing gross square feet. (3)Site plan depicting the building and parking. (4)Floor plan of proposed space. (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 building/site meets VA's criteria as listed within this advertisement. If the building/site meets VA's criteria, the VA market survey team will evaluate properties as follows: 1. Existing Buildings will be scored as Pass or Fail in accordance with VA site selection criteria. 2. Land (1-step) which is to be fully developed and space constructed by the submitting party will be scored as Pass or Fail in accordance with VA site selection criteria. 3. Land (2-step) which is to be optioned by VA for development and construction by an unrelated party will be scored and each site ranked in accordance with VA site selection criteria. All interested parties must respond to this announcement by submitting an Expressions of Interest electronically no later than 5:00 p.m. EST on December 9, 2015. In order to receive a Solicitation for Offer, and correspondence prior to submission of offers, please submit your property information to VA's real estate representative's below: Public Properties 3210 Grace Street, NW, Suite 100 Washington, DC 20007 Attention: Joe CallahanEd Brennan jcallahan@ppwashdc.comebrennan@ppwashdc.com 202-652-4190202-652-4194 With a copy to: Mr. Raymond Savoy Contracting Officer United States Department of Veterans Affairs (VA) Office of Construction & Facilities Management (003C4A) 425 I Street, NW, Room 6E505J Washington, DC 20001 202-632-5571 Raymond.savoy@va.gov Pre-Solicitation Announcement: Should VA elect to follow a One-step procurement, prior to issuing a Solicitation for Offers, VA will publish a list of sites that it has determined to be acceptable as a result of the Market Survey. VA will also publish the contact information of each acceptable site owner or site owner's agent. Making this information available is intended to increase competition amongst developer-offerors and sites. VA will not publish a pre-solicitation announcement for a procurement of existing buildings or a Two-step procurement. 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/vacoofmae/vacoofmae/VA10116R0028/listing.html)
- Document(s)
- Attachment
- File Name: VA101-16-R-0028 VA101-16-R-0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2423176&FileName=VA101-16-R-0028-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2423176&FileName=VA101-16-R-0028-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-16-R-0028 VA101-16-R-0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2423176&FileName=VA101-16-R-0028-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4A);425 I Street, NW, Room 6E505J;Washington DC 20001
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN03949454-W 20151120/151118234734-b07ee5f377e5fba2305f55043147c011 (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 |