Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
DOCUMENT

X -- FBO Posting - Attachment

Notice Date
5/15/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25617N0724
 
Response Due
5/25/2017
 
Archive Date
7/24/2017
 
Point of Contact
Bennetta Hamilton
 
E-Mail Address
6-8465<br
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Notice of Intent to Lease Approximately 4,000 Net Usable Square Feet (NUSF) of Office Space in North Little Rock, AR VA256-17-N-0724 Notice: This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations, and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Bennetta Hamilton, Contracting Officer (CO), United States Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16), 1515 Poydras Street, Suite 1100, New Orleans, LA 70112 Description: The Department of Veterans Affairs Central Arkansas Healthcare System (CAVHS) currently occupies 3,944 net usable square feet (NUSF) of space (approximately 4,969 rentable square feet (RSF)) located at 201 West Broadway Street, North Little Rock, AR 72114 which is used as a Vet Center. VA plans to conduct a lease procurement for approximately 4,000 net usable square feet (NUSF) (approximately 5,500 rentable square feet (RSF)) for the Vet Center requirement and will consider both the existing building and alternate locations. The Government will conduct a financial evaluation and analysis of alternative locations to determine costs likely to be incurred through relocating, such as physical move cost, replication of tenant improvement, labor hours, site preparation, telecommunications infrastructure, non-productive agency downtime and other related cost to meet VA s requirements. Space Requirements: Provide approximately 4,000 net usable square feet (NUSF) of space in an existing building, located on no more than one (1) contiguous floor; first floor space is preferred. If space offered is not on the first floor, a minimum of one passenger elevator must be provided; a freight elevator is also preferred. 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 Best Practices (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 (Federal facilities by the Department of Justice, Vulnerability Assessment). Building shall have access to public transportation, and located near urban/developed areas, commercial establishments, eating facilities, etc. Parking Requirements VA requires on-site non-reserved parking for a minimum of 35 vehicles and if available would prefer parking for up to 50 vehicles; which if offered will be viewed more favorably. 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). Lease Term: Ten (10) years; 5-years firm. VA reserves the right to request other lease term options. Delineated Area: To receive consideration, submitted properties must be located within or fronting the following delineated area: Beginning at the intersection of I-30 W. and I-630 W., proceed north on I-30 W. to Exit 143B, I-40 E. Travel east on I-40 to Exit 155, Highway 67/167 N. Proceed north on Highway 67/167 to Exit 3, Wildwood Avenue. Turn right onto Trammel Road and travel west to Heritage Drive. Turn right and proceed north to Heritage Lane. Turn left onto Heritage Lane and travel west to Country Club Road. Turn right onto Country Club Road and north/northwest to N. Hill Boulevard. Turn right and travel north to John F. Kennedy Boulevard (Route 107). Turn left and travel south on Route 107 to McCain Boulevard. Turn right onto McCain Boulevard and travel west to W. 47th Street. Travel west on 47th Street to Pike Avenue. Turn right onto Pike Avenue and proceed south to I-40. Proceed west on I-40 to Exit 147, I-430 S. Travel on I-430 S. to Exit 6A, I-630. Travel east on I-630 to I-30 W. The following map is provided for further clarification of the boundaries of the delineated area. Submission Requirements: Please provide as much as possible of the following basic information and descriptions pertaining to the building you propose for consideration by VA. VA s assessment of your building 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: Name of Owner. Address or locational description of the building. Age of building. Total existing gross square feet. Site plan depicting the building and parking. Floor plan of the proposed space. Identification of on-site parking to be dedicated for VA s use. A map demonstrating the building is within the delineated area. Description of ingress/egress to the building. FEMA map evidencing that the building lies outside the 100-year floodplain. A narrative and map describing proximity of the building to the nearest bus and/or train stop and major transportation routes. Building owners must provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building must provide evidence of permission or authority granted by property owner to submit the building to VA for development. Any information related to title issues, easements and restrictions on the use of the building. A description of any planned land development or construction which will affect the building including neighboring projects and road/ utility line construction. Additional Requirements: The following space configurations will not be considered:   Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. Offered space cannot be in the FEMA 100-year flood plain. Offered space must be zoned for VA s intended use. Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. Hours of operation: 8:00 am to 7:00 pm Monday through Thursday, 8:00 am to 4:30 pm Friday, and every 3rd Saturday of the month 8:00 am to 4:30 pm; but accessible for VA use 24 hours per day, 7 days per week. Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department. Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building. Offered space must be easily accessible to multiple highways which provide multiple routes of travel. Loading dock and freight elevator are required if offered space is above the first (1st) floor. Structured parking under the space is not permissible. Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals. A fully serviced lease may be required. Offered space must be compatible for VA s intended use. Interested Offerors (owners, brokers, or their legal representatives) should submit Expressions of Interest electronically no later than 5:00 p.m. Easter Time on May 25, 2017, to VA s real estate representatives below: Public Properties 3210 Grace Street, NW Suite 100 Washington, DC 20007 Attention: Ed Brennan Megan Shulin ebrennan@ppwashdc.com mshulin@ppwashdc.com 202-652-4194 202-417-3621 An electronic or hard copy of all informational packages shall also be sent to: Department of Veterans Affairs Network Contracting Office 16 1515 Poydras Street Suite 1100 New Orleans, LA 70112 ATTN: Bennetta Hamilton, Contract Specialist Telephone: 504-566-8463 E-Mail: bennetta.hamilton@va.gov The Contracting Officer will make an initial evaluation to determine if the offered building meets VA s criteria as listed within this advertisement. If the building meets VA s criteria, a market survey may be necessary to evaluate the buildings submitted. Market Survey (Estimated): June, 2017 Occupancy (Estimated): Fall, 2017 Attachment - Small Business, VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist NCO 16 in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; _X_ (d) Between $250,000 and $500,000; __ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; __ (g) Between $2,000,000 and $5,000,000; __ (h) Between $5,000,000 and $10,000,000; __ (i) Between $10,000,000 and $20,000,000; __ (j) Between $20,000,000 and $50,000,000; __ (k) Between $50,000,000 and $100,000,000; __ (l) More than $100,000,000. VA makes monthly lease rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. Project Requirements: The CO seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet is provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statements will include: Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit); Evidence of your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability. Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Little Rock, AR Vet Center Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific nusf). (3-page limit); Evidence of the company s bonding capacity to meet a bid bond of $100,000, and payment and performance bonds in the range above from surety; and Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. By: ____________________________________ (Signature) ________________________________________________________________ (Print Name, Title)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0724/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0724 VA256-17-N-0724.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499646&FileName=VA256-17-N-0724-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499646&FileName=VA256-17-N-0724-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04508322-W 20170517/170515234538-88ec440606fcf01168153bfe2a445fcf (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.