Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
DOCUMENT

X -- Sources Sought Notice Wichita Falls, Texas 10,500 to 12,000 rentable square feet - Attachment

Notice Date
11/7/2018
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0042
 
Response Due
11/28/2018
 
Archive Date
12/8/2018
 
Point of Contact
Beverly Kimball, LCO
 
E-Mail Address
y.Kimball@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 5 Wichita Falls, Texas CBOC Lease - Oklahoma City VAMC The Oklahoma City Department of Veterans Affairs Seeks Expressions of Interest to lease from 10,500 rentable square feet up to12,000 rentable square feet City limits of Wichita Falls, Texas. Contracting Office Address: Beverly Kimball, Lease Contract Officer, Oklahoma City Department of Veterans Affairs (VA), Network Contract Office 19, Purchasing and Contracting, 90C), 921 N.E. 13th Street, Oklahoma City, OK 73104 Description: The Oklahoma City VA Medical Center seeks to lease approximately 10,500 to 12,000 rentable square feet of clinical space in the area of Wichita Falls, Texas. The proposed property should be located within the City limits of Wichita Falls, Texas for use by the Oklahoma City VA Medical Center located at 921 N.E. 13th Street, Oklahoma City, OK. A detailed definition and space plan will be provided by VA, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Up to twenty (20) years, one ten-year firm term, two five-year options. VA reserves the right to request alternative lease terms. Delineated Area: To receive consideration, submitted properties must be located within the City of Wichita Falls, Texas. Additional Requirements: (1) Offered space must be located on no more than three contiguous floors. If the offered space is on three floors, a minimum of three passenger elevators and one combination (passenger/freight) elevator must be provided. (2) Offered space cannot be in the FEMA 100-year flood plain. (3) Offered space must be zoned for VA s intended use. (4) 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. (5) Offered space will not be considered if located in close proximity to residential or industrial areas. (6) Space will not be considered where apartment space or other living quarters are located within the same building. (7) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. (8) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department. (9) 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. (10) Offered space must be easily accessible to multiple highways which provide multiple routes of travel. (11) 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. (12) A fully serviced lease may be required. (13) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name of current owner; Address or described location of building or land; Location on map, demonstrating the building or land lies within the Delineated Area; Description of ingress/egress to the building or land from a public right-of-way; A statement as to whether the building or land lies within the Delineated Area; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes, and A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Site plan depicting the property boundaries, building, and parking; and (11) Floor plan and NUSF and rentable square footage of proposed space; (12) If you are qualified as a small business, Veteran Owned Small Business (VOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $38.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status. You are invited, but not required to submit a Capabilities Statement.; (13) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space; (14) A description of any changes to the property necessary to be compatible with VA s intended use; (15) A statement indicating the current availability of utilities serving the proposed space or property. All interested parties must respond to this announcement in writing no later than November 28, 2018 4:00 p.m. EST. Beverly Kimball Oklahoma City VA Medical Center Beverly.Kimball@va.gov 405-219-2699 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 VA s Office of Real Property (ORP) 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; __ (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; _x_ (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: Oklahoma City VA Medical Center 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. 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 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 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; 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 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 6. 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 [City, State, Project Type] 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/VARMCCC/VARMCCC/36C25919Q0042/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25919Q0042 36C25919Q0042.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672229&FileName=36C25919Q0042-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672229&FileName=36C25919Q0042-000.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: Oklahoma City VAMC 921 NE 13th Street;Oklahoma City, OK
Zip Code: 73142
 
Record
SN05146245-W 20181109/181107230742-54fa7e3177a044445fa7a78cfe172cb7 (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.