Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
DOCUMENT

X -- 1 YR Extension (Auburn Gresham) - Justification and Approval (J&A)

Notice Date
10/16/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Archive Date
11/29/2018
 
Point of Contact
michael.boettcher@va.gov
 
E-Mail Address
michael.boettcher@va.gov
(michael.boettcher@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
V69DR-88 P00033
 
Award Date
11/15/2018
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Auburn Gresham CBOC Lease Identification and Description of Action Being Approved: Extend the Auburn Gresham Community Based Outpatient Clinic (CBOC) lease for one year without competition to allow time to procure new space. Description of Supplies or Services Required: Real property lease extension of six-months for the Auburn Gresham CBOC. The CBOC is located at 7731 Halsted, Chicago, Illinois and is comprised of 14,387 contiguous rentable square feet (RSF). Identification of Statutory Authority: FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Demonstration that the Acquisition Requires use of the Authority Cited: There are four spaces available in the area of consideration that could be configured to AGENCY CBOC specifications. The incumbent, Saint Leo Residence, LP, is the only Lessor capable of providing space that is currently configured to meet AGENCY specifications for a CBOC. If the Government contracted with a different Lessor whose space was not built to AGENCY CBOC specifications, it would result in a 5-10 month interruption of patient care while the new space was being built out to AGENCY specifications, thus preventing access to health care by our veterans residing in the Auburn CBOC catchment area. Description of Efforts to Solicit as Many Offers as Practicable: Relocation of the CBOC was contemplated. It was determined that relocation before current lease expiration is not feasible. The CBOC is located in the most centralized location to serve the greatest number of veterans in the CBOC catchment area. Changing the area of consideration will result in diminished service to veterans who would have to travel greater distances to receive medical care. This would present a barrier to access and is not in keeping with the AGENCY mission. Demonstration that the Anticipated Cost will be Fair and Reasonable: Based on Market Research and comparison to historic prices, the current lease pricing is well below the average range of ______for AGENCY-configured medical office space. Description of the Market Survey Conducted: Loopnet.com search on September 5, 2018 yielded four potential sites. Market Data for the Area (see P02-Market_Research.pdf ) Space Address Listed Rate Terms FS VHA Medical Office 1 937 W. Randolph, Chicago, IL 60607 $17.75 MG 2 715 W. Lake Street, Oak Park, IL 60301 $24.00 MG 3 822 West Washington, Chicago, IL 60607 $15.00 MG 4 118 N Peoria, Chicago, IL 60607 $40.00 NNN Average AGENCY FS Rent: Other Facts Supporting the use of Other Than Full and Open Competition: The above referenced market research locations do not include parking. Currently, there are 53 dedicated AGENCY parking spaces included at the existing location. If the CBOC was moved, additional costs would be required to lease parking and/or Agencylet services. Cost Benefit Analysis Results (see P01-S_SS Decision Tool.xls located in the contract file for calculations): Cost Benefit Analysis Gross Aggregate Contract value of Current Location Gross Aggregate Contract value of Available Building with lowest rental rate Aggregate Cost Savings associated with Staying in Place List of Sources that Expressed an Interest in the Acquisition: None Statement of Actions to Overcome Barriers to Competition: A new lease is contemplated within the next 12 months. This new lease acquisition will be advertised in both the local Chicago, Illinois newspaper and the Government Point of Entry (www.fbo.gov). Additionally, local brokers will be contacted to determine then-current market conditions. Contracting Officers Determination and Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. I have determined that extending this lease is in the best interest of the Government. Lease Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a42f258662ca45df05f3db6b8f33720d)
 
Document(s)
Justification and Approval (J&A)
 
File Name: V69DR-88 P00033 V69DR-88 P00033.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4636766&FileName=V69DR-88-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4636766&FileName=V69DR-88-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05126407-W 20181018/181016230754-a42f258662ca45df05f3db6b8f33720d (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  © 1994-2020, Loren Data Corp.