Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2019 FBO #6364
SOURCES SOUGHT

X -- Wasilla Vet Center Replacement Lease (VA-19-00010430)

Notice Date
4/25/2019
 
Notice Type
Synopsis
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
36C26019R0026
 
Response Due
5/27/2019
 
Archive Date
9/3/2019
 
Point of Contact
208-429-2030
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Sources Sought Notice Wasilla Vet Center Wasilla, Alaska The U.S. Department of Veterans Affairs (DVA) seeks expressions of interest to lease 3,325 -3,695 ABOA square feet (SF) of space in the Wasilla, Alaska area. SPACE TYPE: Veteran Center (Clinic) NET USABLE SQUARE FEET: Estimated 3,325 3,695 ABOA SF LEASE TERM: 20 Years / Firm Term: 5 years; Soft Term: 15 years ESTIMATED OCCUPANCY: March 2020 DELINEATED AREA: See below 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 resulting from 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and DVA Acquisition Regulation 819.70. The Government will not award a lease contract based upon responses to this notice and request for expressions of interest. Description The DVA seeks information from Potential Offerors who are capable of successfully performing a lease contract, either in an existing building, or including design and construction of a facility through any required Tenant Improvements, as well as all maintenance and operational requirements for the duration of the lease term. More information on DVA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/ DVA seeks to lease an estimated 3,325 3,695 American National Standards Institute (ANSI)/Building Owners and Managers Association (BOMA) (ABOA) square feet of space and a minimum of fifteen (15) (including 3 designated ADA compliant spaces), parking spaces for use as a Veteran Clinic in the delineated area (shown below) within the Wasilla, Alaska area. ABOA (also known as net useable) is generally defined as the space remaining once common areas, lessor areas, and non-programmatic areas required by code are deducted from the rentable square feet (RSF) of the facility. ABOA does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. A detailed definition will be provided by DVA, should a solicitation for offers (SFO) or request for lease proposals (RLP) be issued for this project. Beneficial Occupancy (Estimated): March 2020 Contracting Office and Expression of Interest Submission All Interested parties (owners, brokers, or their legal representatives) should submit Expressions of Interest electronically (via email attachment) no later than 4:00 p.m. Mountain Standard Time on May 27, 2019 to DVA s representative, Nicholas Williams at Nicholas.williams7@va.gov Subject: Wasilla Vet Center Expression of Interest. Socio-Economic Requirements: This advertisement is being published to determine if the solicitation should be set aside for small business. The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. An interested party is required to be registered in the System for Award Management www.sam.gov If the interested party is a veteran-owned small business (VOSB) or a service-disabled veteran-owned small business (SDVOSB) concern, they shall be registered in the DVA s Vendor Information Pages (https://www.vip.vetbiz.gov//). Lease Term The lease term will be for a total of 20 years; 5-years firm, 15-years soft term. The DVA reserves the right to request other or multiple lease structures. The DVA 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. The DVA will not make progress payments during the design or tenant improvements / build-out phases of the project. Magnitude of Costs for Tenant Improvements / Buildout The magnitude range of the anticipated tenant improvements / buildout for this project is between $400,000.00 and $500,000.00. Delineated Area To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting any of the following boundary lines will also be considered: North Boundary: Bogard Road South Boundary: East Susitna Avenue East Boundary: North Peck Street West Boundary: Lucille Street Below approximate requested delineated area: Additional Building Requirements: The offered space shall meet the following: The building must meet or be able to economically meet the seismic requirements for buildings in High Seismic activity area(s) as defined in American Department of Veterans Affairs Handbook H-08-18 references to American Society of Civil Engineers 7 Section 1.5. Offers of existing buildings will be evaluated according to the procedures in ASCE 31-02 for the Immediate Occupancy Performance Level. Shall be contiguous and built to DVA specifications. Shall be zoned for DVA s intended use. Shall be a full-service lease (shall include janitorial service and utilities). Shall not be a sublease. Shall not be in the FEMA 100-year flood plain. Shall include a minimum 15 parking spaces including 3 handicap accessible spaces in accordance with Americans with Disabilities Act requirements. The offered facility should be on a public bus transportation route; and located no further than ¼ mile from a public bus stop. Convenient access to public transportation is a positive. The DVA prefers properties, including sidewalks and parking lots that are level with the main building entrance for patient access. Shall meet Federal and Local Government requirements for fire safety, physical security, accessibility, and sustainability standards per the terms of the solicitation for offers or request for proposals. Offered space must, at a minimum, meet Facility Security Level (FSL) II as set by the Department of Homeland Security Federal Protective Services. EXPRESSION OF INTEREST / CAPABILITIES STATEMENT (10 pages maximum): All legitimate interested parties are invited to provide a response to this notice informing the DVA of their interest in this potential lease. Expressions of Interest shall not exceed ten (10) pages total, and shall be provided in searchable PDF format, submitted as an email attachment to Nicholas Williams at Nicholas.williams7@va.gov Expressions of Interest shall include the following: Company name: Company address: Dunn & Bradstreet number (D&B): Point of contact: Phone number: Email address: Location on map, demonstrating the following: building lies within the Delineated Area; depicting the property boundaries, building, and parking; uses of adjacent properties; location of nearest bus and/or train stop, and major transportation routes. Floor plan showing ABOA square footage of proposed space; Evidence that the Offeror owns both the building and the property; Evidence that proposed space is not within the FEMA 100-year flood plain. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; A document indicating the type of zoning and that DVA s intended use is permissible for the proposed space; Evidence of SDVOSB / VOSB status through registration at Veterans Information Portal (VIP) https://www.vip.vetbiz.gov/; if applicable; Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (SAM) www.SAM.gov This is not a request for lease proposals (RLP), only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-APR-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/BoVAMC531/BoVAMC531/36C26019R0026/listing.html)
 
Place of Performance
Address: Wasilla, Alaska
Zip Code: 99654
Country: USA
 
Record
SN05292712-F 20190427/190425230014 (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.