Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
DOCUMENT

X -- Salem CBOC - Attachment

Notice Date
8/23/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA255170910
 
Response Due
8/28/2017
 
Archive Date
9/12/2017
 
Point of Contact
Alan Gifford
 
E-Mail Address
ifford@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA255-17-R-0910 Notice Type: Sources Sought Synopsis: This is a Sources Sought Notice. The Department of Veterans Affairs (VA), Network Contracting Office 15, Leavenworth, KS is conducting market research/seeking capable sources from experienced firms that are classified and registered in www.vip.vetbiz.gov as either Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that are interested in a forecasted lease project for a VA Medical Center CBOC in Salem, MO of 1850 net usable square feet (NUSF) and 1650 rentable square feet (RSF): The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $38.5 million. Responses to this notice will assist NCO 15 in determining if the acquisition should first be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. If competition doesn t exist regarding SDVOSB or VOSB concerns, then NCO 15 will review responses in determining if the acquisition should be set-aside for competition restricted to Small Business in accordance with FAR Part 19. The magnitude of the anticipated construction/buildout for each project is: _X_ (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; __ (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 Part 19 and VA Acquisition Regulation Part 819.70. Project Requirements: The VHA currently occupies 1,850 net useable square feet of (NUSF)* of clinical space located at 35629 Highway 72 North, Salem, Mo 65560 under a lease soon to expire. The VHA plans to negotiate a succeeding lease at this location based on economic and mission considerations. The VHA will relocate only if considerations of economic factors, including cost of relocation and tenant improvements are advantageous to the government. NCO15 seeks information from Offerors who are capable of successfully performing a lease contract, including design and construction of a pre-existing facility 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. The VA-approved delineated area for this project is: The delineated area for the Salem CBOC lease is to be identified by the following boundaries: 1. North: intersection of Highway 68 and Highway FF 2. East: intersection of Highway 32 and Highway EE 3. South: intersection of Highway 19 and Highway B 4. West: intersection of Highway 32 and Highway F The Location, Access, Present Layout, its alterations and other factors will be considered when determining whether the space identified by offerors is appropriate. The space shall not be located on more than one floor for an estimated minimum of 1,850 net usable square feet not to exceed a maximum of 1,850 net useable square feet of contiguous space. The VHA is requiring a minimum of twenty (50) on-site parking spaces of which eight (8) will be handicap reserved. The VHA requires all services, supplies, utilities, partitioning and required tenant alterations. The lease term will be for a total of ten (10) years; Occupancy is required by October 1, 2017 The acceptable site consists of an existing office space modified to meet the VA s needs. Offers must provide evidence that properties are outside the 100 year flood plain. VA staff will conduct a market survey of properties offered for lease. Please provide the following in your package: 1) Site location and address (physical location of property); 2) Property description; 3) Total square footage; 4) Site condition; 5) Floor plans-if available; 6) Pictures if available. Interested offerors (owners, brokers or their legal representatives) *Net usable square feet does not include such common building areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. SDVOSB and VOSB 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/ and have the technical skills and financial capabilities necessary to perform the stated requirements. Only SDVOSB and VOSB firms are requested to submit a Capabilities Statement to VA for review. SDVOSB and VOSB 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 SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); 3. 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; 4. 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); 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. Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. All interested parties should respond to this notice no later than 4:00 pm Central Time, August 18, 2017. Please submit your response to alan.gifford@va.gov, that this mailbox will only accept e-mails of 7MB in size or smaller. If your attachments exceed this size, please send multiple emails. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET St. Louis, MO Regional Vet Center Office Please send this information sheet and supporting documentation to alan.gifford@va.gov regarding VA255-17-R-0910 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 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 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. Please note: This advertisement is not a solicitation for offers, nor is it a request for proposals. A solicitation for offers may be issued by the Department of Veterans Affairs at a later date. Alan Gifford Department of Veteran Affairs Network Business Office 15 3450 S. 4th Street Leavenworth, KS 66048
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA255170910/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-AP-7576 VA255-17-AP-7576.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3751346&FileName=VA255-17-AP-7576-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3751346&FileName=VA255-17-AP-7576-000.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: Polar Bluff VAMC;1500 N. Westwood BLVD;Poplar Bluff, MO
Zip Code: 63901
 
Record
SN04643542-W 20170825/170823233626-32b82dd07dfae3ba8808032f98423bbd (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.