Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2018 FBO #6025
SPECIAL NOTICE

X -- REQUEST FOR INFORMATION AMONGST SDVOSBs & VOSBs PORT JERVIS CBOC NEW/REPLACING LEASE ACQUISITION

Notice Date
5/21/2018
 
Notice Type
Synopsis
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q0549
 
Archive Date
7/20/2018
 
Point of Contact
Montrose, NY 10548
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOF INFORMATION (For Market Research Only) Identification of SDVOSB /VOSB Sources having available commercial lease space availability in Port Jervis, NY VA s purpose for this notice is to conduct market research and identify capable resources from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB) and/or capable Open Market sources. The NAICS Codes for use is 531120 Lessors of non-residential buildings (except mini-warehouses), and the small business size standard for 531120 is $27.5 million. Responses to this notice will assist VA in determining whether this acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127 or proceed with Full and Open competition from capable sources. The Government is seeking to lease sufficient rentable square footage to yield approximately 6500 usable square feet within the 18th Congressional District, geographical area encompassing the City of Port Jervis, New York 12771 for use as a Community Based Outpatient Clinic. The DELINEATED AREA is as follows: The delineated area shall be from the corner of Allen St and West Main St to end of Allen St, (North) to Entrance/Exit ramp on I-84, (South) to corner of E. Main St and Kingston Ave (North-East) to Vans Beach Rd (East) and back to Allen Street. See delineated diagram attached. The space must be handicapped accessible, ADA compliant, and can be provided by new construction or modification of an existing space. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences. The space must be contiguous, on no more than one floor (ground floor preferable) and must meet or be able to meet the Department of Veterans Affairs Life Safety codes and other applicable regulations. A 10 year lease (5 years firm) will be considered. The VA seeks a modified gross lease that includes, but not limited to the following: Heating system maintenance and repair Electrical system maintenance and repair Plumbing maintenance and repair All Utilities: Electricity, Heat, Sewer, Water Real Estate Taxes Landscaping Window cleaning Common area supplies Garbage removal Snow removal Pest control Common area maintenance Sight lighting Insurance Lawn sprinkler *VA will be responsible for its own janitorial/housekeeping services for the internal space it occupies* All commercial office/clinical space within the geographic delineated area referenced above (Port Jervis, NY) will be considered. Only space that is identified as economically advantageous to the Government will be considered relative to relocation, potential build out and/or rent. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. A cost comparison will be performed in relation to the expenses incurred at the current location. A market survey of the properties offered for lease will be conducted by the Department of Veterans Affairs. All interested offerors (owners, brokers, or their legal representatives) must provide written acknowledgement NO LATER THAN Friday, June 1, 2018 4:30pm EST. SDVOSB & VOSB Expressions of Interest Requirements: 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. 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 Should 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 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/or 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 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. Required Information for Submission of Capabilities Statements Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: Other applicable requirements: Compliant with Americans with Disabilities Act Parking Minimum 10 or more parking spaces to include 3 Handicapped spaces Proximity to public transportation Proximity to public amenities (stores, restaurants, banks, etc.) Building cannot be within a 100 year flood plain Shall be built to VA specifications Shall be zoned for intended use Shall meet specific information technology and security requirements SUBMISSION REQUIREMENTS: Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government is limited by law (41 C.F.R. 102-73.55) to pay no more than the appraised fair market rental value for space. The Government s decision regarding whether to relocate will be based in part on information in response to this advertisement. Expressions of interest shall include the following: Building name, address and age Location of the available space within the building Rentable Square Feet (RSF) available and expected rental rate per RSF Net Usable Square Feet (NUSF) to be offered and expected rental rate per NUSF Building ownership information Amount of parking available on-site; include its cost and indicate whether the expected rental rate includes such required for Government parking (if applicable). Date of space availability Energy efficiency and renewable feature existing within the building Contact information of authorized representative Expressed interested may be sent electronically to the following e-mail address: Jemeek.Morris@va.gov Expressions of Interest may also be sent by mail to: ATTN: Jemeek Morris VA Hudson Valley HCS - FDR CAMPUS 2094 Albany Post Road, VISN 2 - Network Contracting Office Bldg 29, Rm 338, Box 29-2 Montrose, NY 10548 Phone: 914-737-4400; Ext. 4124 PLEASE BE ADVISED: This is an inquiry only and must not be construed as a guarantee on the part of the Department of Veterans Affairs to enter into a lease agreement with any interested party. Only properties that can provide the requested space requirement and those that meet applicable government standards will be considered. Jemeek Morris Lease Acquisition Coordinator VISN 2 - Network Contracting Office SAO East Posted: Monday, May 21, 2018 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q0549/listing.html)
 
Record
SN04928861-F 20180523/180522062902 (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.