Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
DOCUMENT

X -- PHOENIX, AZ OPC LEASE 203,000 NUSF - Attachment

Notice Date
4/12/2016
 
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 ST NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10115R0253
 
Response Due
5/10/2016
 
Archive Date
8/17/2016
 
Point of Contact
Julie K. Rayfield and Tim Mazzucca
 
E-Mail Address
Street,
 
Small Business Set-Aside
N/A
 
Description
Phoenix, Arizona VA101-15-J-0261 The U.S. Department of Veterans Affairs ("VA") Seeks Expressions of Interest for 203,000 Net Usable Square Feet of Outpatient Clinic 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. Interested parties are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address Anntwinette T. Dupree-Hart, Lease Contracting Officer, United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Contracting Policy Service (003C4), 425 "Eye" Street, NW, Washington, DC 20001. Description: VA seeks to lease 203,000 net usable square feet (NUSF) (or approximately 270,000 gross square feet) of space and a minimum of 1,370 parking spaces for use as an Outpatient Clinic in Phoenix, AZ. VA will consider space located in an existing building as well as land for new construction. 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 a new or existing building must be located on a minimum of two (2) and a maximum of six (6) contiguous floors and all space on each floor must be contiguous. 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). Land: Land for the facility must be of sufficient size and proportions to comply with all local laws, rules and regulations, and to accommodate the required space, as well as all other requirements of VA, including, but not limited to mandatory security setbacks and parking as outlined below. A mandatory 25-foot building setback is required for new construction. Parking Requirements: VA requires a minimum of 1,370 parking spaces. Parking requirements may be accommodated utilizing above-grade structured parking and a portion of the parking may be accommodated off-site within a reasonable distance from the building as determined by VA at its sole discretion. Parking under the facility is prohibited for new construction. Approximately ten percent of the parking is expected to be handicapped designated. 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(s) must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov/portal/category/21630). Description of Delineated Area Boundaries To be considered, offered properties must be sited entirely within the interior boundaries of the delineated area described below. For the purposes of this procurement properties straddling or located on the opposite side of any defined boundary (such as a street, highway, river, etc.) will be deemed to be outside of the delineated area and cannot, therefore, be considered. North: From the intersection of W. Glendale Avenue and N. 35th Avenue, proceed east on W. Glendale Avenue. Continue east on W. Glendale Avenue as it turns into E. Glendale Avenue. Continue on E. Glendale Avenue as it turns into E. Lincoln Drive until its intersection with N. 32nd Street. East: At the intersection of E. Lincoln Drive and N. 32nd Street, proceed south on N. 32nd Street as it turns into S. 32nd Street. Continue on S. 32nd Street until its intersection with E. Air Lane. South: At the intersection of S. 32nd Street and E. Air Lane, proceed west on E. Air Lane until its intersection with S. 24th Street. Proceed south on S. 24th Street until its intersection with E. Buckeye Road. Proceed west on E. Buckeye Road. Continue west on E. Buckeye Road as it turns into W. Buckeye Road until its intersection with S. 35th Avenue. West: At the intersection of W. Buckeye Road and S. 35th Avenue, proceed north on S. 35th Avenue. Continue north on S. 35th Avenue as it turns into N. 35th Avenue until its intersection with W. Glendale Avenue. Lease Term: Up to a 20-year firm term. Submission Requirements: Properties must be identified in accordance with the following four categories: 1. Existing Building; or 2. Land to be fully developed by the submitting party in accordance with VA requirements ("One-step"); or 3. Land to be optioned by VA for development and construction by a party to be selected by VA through a competitive process ("Two-step"); or 4. A clearly stated combination of any of the above. Please provide the following basic information and descriptions pertaining to the building or site you propose for VA's consideration. VA's assessment of your building or land 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 or land; (3)Location on map, demonstrating the building or land lies within the delineated area; (4)Description of ingress/egress to the building or land; (5)A statement as to whether the building or land is currently zoned for medical and medical office use; (6)Description of the uses of adjacent properties; (7)FEMA map evidencing that the property lies outside the 100-year floodplain; (8)A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes; (9)Evidence of ownership if building/site submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building or land must provide evidence of authority granted by property owner to submit the property to VA for further consideration. (10)Any information related to title issues, easements, or restrictions on the use of the building or land; (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 land, provide the following additional information: (1)Size of parcel, amount of developable acreage offered; (2)Conceptual massing that shows how the site could accommodate building and parking requirement with required setbacks; (3)Site plan, boundary and topographic surveys, and plot map of the site indicating the location of the parcel offered; (4)Map or site plan showing location of utilities, easements, adjacent roads, and any information regarding issues that may affect the potential development of the parcel. 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; (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 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 property 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. 2. One-step land will be scored as Pass or Fail in accordance with VA market survey criteria. 3. Two-step land will be scored and each site ranked in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than May 10, 2016 at 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: Julie K. Rayfield and Tim Mazzucca Savills Studley, Inc. 1201 F Street, NW Suite 500 Washington, DC 20004 jrayfield@savills-studley.com tmazzucca@savills-studley.com With a copy to: Anntwinette Dupree-Hart U. S Department of Veterans Affairs Contracting Policy Service (003C4A) 425 "Eye" Street, NW Washington, DC 20001 And Allyson Lee U. S Department of Veterans Affairs Real Property Service (003C1E) 425 "Eye" Street, NW Washington, DC 20001 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's owner or 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. INTERESTED PARTIES 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/VA10115R0253/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0253 VA101-15-R-0253.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2668743&FileName=VA101-15-R-0253-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2668743&FileName=VA101-15-R-0253-000.docx

 
File Name: VA101-15-R-0253 Delineated area map Phoenix.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2668744&FileName=VA101-15-R-0253-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2668744&FileName=VA101-15-R-0253-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;OFFICE OF CONSTRUCTION AND FACILITIES MANAGEMENT;425 I STREET NW;WASHINGTON;DC
Zip Code: 20001
 
Record
SN04081521-W 20160414/160413000516-7e0aab7b84c003fd9f76f6f4d417192a (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.