SOURCES SOUGHT
X -- CLEVELAND WAREHOUSE LEASE 2019
- Notice Date
- 3/4/2019
- Notice Type
- Synopsis
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019L0018
- Response Due
- 3/12/2019
- Archive Date
- 6/19/2019
- Point of Contact
- matthew.klempay @va.gov
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest and capable sources for 9,999 Net Usable Square Feet of Warehouse Space in Cleveland OH. 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 of 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. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Network Contracting Office 10, 6150 Oak Tree Blvd. Suite 300, Independence, OH 44131 Description: The maximum rentable square feet (RSF) cannot exceed 10,000. Physical configuration shall be a single floor with a standard loading dock and man door. The space will be used as a VA Off Station Warehouse. The VA makes monthly lease rental payments in arrears upon facility/space acceptance. Lease Term: 3 Years Firm, two (2) one year renewal Options. Lease Delineated Area North: Auburn Hills South: Bloomfield Hills East: Woodward Avenue West: Telegraph Road Additional Requirements: (1) Offered space cannot be in the FEMA 100-year flood plain. (2) Approx. 30 onsite Parking spaces for VA use. (3) Physical configuration shall be a single floor with a standard loading dock. (4) Offerors must be capable of successfully performing a lease contract. (5) Dry, secure and vermin/insect free. (6) Heated and ventilated maintaining temperatures between 55-85 degrees Fahrenheit and humidity between 20-70% 24 hours a day. (7) Dock Height to be a minimum of 4 feet and 1 dock door. (8) Access to toilet facilities. All submissions should include the following information: Name of current owner; Company name, Address, Dunn & Bradstreet Number, Point of Contact, Phone Number, e-mail Address. Address or described location of building; Location on map, demonstrating the building lies within the Delineated Area; Description of existing building. A statement as to whether the building lies within the Delineated Area; Photo of existing building. FEMA map evidencing floodplain status; Floorplans of existing building and available RSF for proposed space. Parking spaces layout/plan. (10) 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 below attachment, entitled, VOSB or SDVOSB Status. You are invited, but not required to submit a Capabilities Statement; A document indicating the type of zoning. A statement indicating the current availability of utilities serving the proposed space of property. Delineated Area: To receive consideration, submitted properties must be located within the following delineated area: Delineated area is within close proximity to the Louis Stokes Cleveland VA Medical Center and is defined by Lake Erie to the North. As defined by Lake Erie to the North, as the area enclosed by I-90 to I-77 to Woodland Ave. to Kinsman Rd. to Lee Road to Euclid Avenue to East 152 Street. All interested parties must respond to this advertisement no later than March 12, 2019 at 4:00 p.m. Local Time. Electronically To: Matthew J. Klempay Contract Specialist Matt.Klempay@va.gov Birgit I. Ferguson Leasing Acquisition Specialist Contract Specialist birgit.ferguson@va.gov Attachment - VOSB or SDVOSB Status 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. 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 in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127. The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000; _X (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 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. Project Requirements: This Sources Sought Notice 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 5 years, inclusive of all options, 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 the Technical Information Library at the following link: 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. Capabilities Statement: 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] 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Cleveland, OH warehouse capabilities statement. Company name: Company address: Dunn and 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 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 WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-MAR-2019); 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/DaVAMC552/DaVAMC552/36C25019L0018/listing.html)
- Place of Performance
- Address: Cleveland VA Medical Center surrounding area
- Zip Code: 44131
- Country: USA
- Zip Code: 44131
- Record
- SN05238574-F 20190306/190304230015 (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 |