Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

X -- Buffalo Adult Day Care Sources Sought Notice - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA24217N0680
 
Response Due
5/31/2017
 
Archive Date
8/29/2017
 
Point of Contact
Jonathan Aikin
 
E-Mail Address
jonathan.aikin@va.gov
(jonathan.aikin@va.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. DEPARTMENT OF VETERANS AFFAIRS DESIRES TO LEASE SPACE Solicitation Number: VA242-17-R-0235 Notice Type: Sources Sought Synopsis: The Department of Veterans Affairs desires to lease sufficient rentable square footage to yield 9,900 to 10,000 net usable square feet in Buffalo, New York for use as an Adult Day Care Clinic. The space must be contiguous; on no more than one floor (preferably the ground floor) and can be provided by new construction or modification of existing space. On-site parking for 25 vehicles is required. Five (5) of these spaces shall be reserved and marked (including 2 van accessible handicapped stalls). A lease for up to 10 years (5 years firm, 5 years soft) will be considered. Desired occupancy date is January 1, 2018. 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; __ (d) Between $250,000 and $500,000; X (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: NCO 2 seeks information from 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 10 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/. The VA-approved delineated area for this project is: 8 mile radius from the Buffalo VA Medical Center, 3495 Bailey Ave., Buffalo New York 14215. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Request for Lease Proposals (RLP) and Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 year flood plain. The Government is limited by law (40 USC 278a, as Amended 10-1-81) to pay no more than the appraised fair rental value for space. Firms are invited to provide information to contribute to the market research for this project. Firms must be registered in VA s Systems Award Management (SAM) site at www.sam.gov and have the technical skills and financial capabilities necessary to perform the stated requirements. Firms are requested to submit a Capabilities Statement to VA for review. Firms may provide 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 Statement Will Include: 1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; 2. Evidence of ability to offer 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; 3. 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) 4. 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 5. Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability. Interested offerors (owners, brokers, or their legal representatives) should contact Jonathan Aikin by e-mail (preferred method), mail or telephone no later than 3:30 P.M. (EST), 5-31-2017, at the following address: Jonathan Aikin, 2-90NCO Department of Veterans Affairs Buffalo 2875 Union Road, Suite 3500 Cheektowaga, NY 14227 Phone: 716-862-7890 E-mail: Jonathan.Aikin@va.gov Note that this mailbox will only accept e-mails of 5MB in size or smaller. If your attachments exceed this size, please send multiple emails. This Sources Sought Notice replaces Sources Sought Notice VA528-17-R-0235 that was issued on 3/31/2017. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Buffalo Adult Day Care VA242-17-R-0235 Please send this information sheet and supporting documentation to Jonathan.Aikin@va.gov by 3:30pm Eastern Standard Time, May 31, 2017. 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 ability to offer 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24217N0680/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0680 VA242-17-N-0680.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525376&FileName=VA242-17-N-0680-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525376&FileName=VA242-17-N-0680-000.docx

 
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: 2875 Union Rd. Ste. 3500;Cheektowaga, New York
Zip Code: 14094
 
Record
SN04520374-W 20170526/170524235010-f8f6dc393d981c357469ed467592b318 (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.