Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2019 FBO #6281
SOURCES SOUGHT

X -- Looking to lease space in Shenandoah, Iowa for a New Community Based Outpatient Clinic (CBOC).

Notice Date
8/3/2018
 
Notice Type
Synopsis
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26318R0045
 
Response Due
9/2/2018
 
Archive Date
10/2/2018
 
Point of Contact
Melissa Johnson melissa.Johnson14@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 6 Shenandoah, Iowa The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 14,280 Square Feet ANSI/BOMA (Office Area) (ABOA) of Space for a Community Based Outpatient Clinic (CBOC) in the Shenandoah, Iowa area. NOTICE: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations, and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result to this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: United States Department of Veterans Affairs (VA), Leasing and Specialized, Network 23 Contracting Office (NCO 23), 1303 5th Street, Suite 300, Coralville, IA 52241 Description: VA seeks to lease approximately 14,280 ABOA Square Feet of space with 65 parking spaces for use by VA as a Community Base Outpatient Clinic (CBOC) in the delineated area explained below within Shenandoah, Iowa. The maximum rentable square feet (RSF) cannot exceed 19,492. VA will consider leased space located in an existing building as well as land for new construction for a build-to-suit lease option. Lease Term: Up to 20 years. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines: Bounded on the North: Day Street. Bounded on the South: Highway 2 Bounded on the East: B Avenue Bounded on the West: Manti Road Additional Requirements: (1) Offered space must be located on a single floor. (2) Bifurcated sites, inclusive of parking, are not permissible. (3) The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. (4) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. (5) Offered space cannot be in the FEMA 100-year flood plain. (6) Offered space must be zoned for VA s intended use by the time initial offers are due. (7) Offered space will not be considered if located near 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. (8) Offered space will not be considered if located near residential, industrial, or agricultural areas. (9) Space will not be considered where apartment space or other living quarters are located within the same building. (10) Offered space must be in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. (11) Offered space must be in close proximity to a hospital or stand-alone emergency room center and a fire department. (12) Offered space must be in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building. (13) Offered space must be easily accessible to multiple highways, which provide multiple routes of travel. (14) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers. (15) Structured parking under the space is not permissible. (16) 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. (17) A fully serviced lease is required. (18) Offered space must be compatible for VA s intended use. ALL SUBMISSIONS SHOULD INCLUDE THE FOLLOWING: (1) Name of current owner. (2) Address or described location of building or land. (3) Location on map, demonstrating the building or land lies within the Delineated Area. (4) Description of ingress/egress to the building or land from a public right-of-way. (5) A statement as to whether the building or land lies within the Delineated Area. (6) Description of the uses of adjacent properties. (7) FEMA map evidencing floodplain status. (8) A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes. (9) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. (10) Site plan depicting the property boundaries, building, and parking. (11) Floor plan, ABOA, and RSF of proposed space. (12) If you are qualified as a 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, VOSB or SDVOSB Status. You are invited to submit a Capabilities Statement. (13) A document indicating the type of zoning. (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 no later than September 2, 2018 at 4:00 PM CST. Send a copy to: Michele Sweeney michele.sweeney@va.gov Melissa Johnson melissa.johnson14@va.gov Market Survey: Fall 2018 (Estimated) Occupancy: Winter 2020 (Estimated) Attachment - VOSB or SDVOSB Status The NAICS Code for this procurement is 531190 Lessor of Other Real Estate Property, small size standard is $35.5 million and 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist the Contracting Officer 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 [Choose one]: __ (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; X (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 rental payments in arrears upon facility acceptance and will make a single lump-sum payment 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. Project Requirements: The Department of Veterans Affairs seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 20 years (10 firm, 10 soft), as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on its Technical Information Library: https://www.cfm.va.gov/til/leasing.asp 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/ 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, item #5 below. Any SDVOSB offering a building or property must show ownership or submit an agreement to purchase property in order for the government to determine there is a reasonable expectation of receiving two or more offers, and set aside the solicitation. Capabilities Statement Will Include: 1. Company name, address, point of contact, phone number, Experian Business Identification 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 or 531190 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. (Limit this to 3-pages). 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET [Shenandoah, IA CBOC Lease] Company name: Company address: Experian Business Identification 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 or 531190 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 RSF). (3-page limit); 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) NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-FEB-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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/ICVAMC584/ICVAMC584/36C26318R0045/listing.html)
 
Place of Performance
Address: Shenandoah
Zip Code: 51601
Country: USA
 
Record
SN05209797-F 20190203/190201230010 (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.