SPECIAL NOTICE
X -- Homeless Program Lease (VA-18-00052756)
- Notice Date
- 5/6/2019
- Notice Type
- Synopsis
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
- ZIP Code
- 14227
- Solicitation Number
- 36C24219R0017
- Archive Date
- 8/4/2019
- Point of Contact
- Jonathan Aikin
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: 36C24219R0017 Notice Type: Sources Sought Synopsis: The Department of Veterans Affairs (VA), Network Contracting Office 2 (NCO 2), Western New York Healthcare System, Buffalo, NY, is conducting market research, seeking capable sources from bondable and experienced firms that are interested in a forecasted lease project for the Buffalo VA Homeless Program located in Buffalo New York. The amount of space requested is 6,145 net usable square feet (nusf), 8,300 rentable square feet (rsf). The space must be contiguous; on no more than one floor (preferably the ground floor) and can be provided by new construction or modification of existing space. On-site parking for 35 vehicles is required. Five (5) of these spaces shall be reserved and marked (including 2 van accessible handicapped stalls). A lease for up to 10 years (5 years firm, 5 years soft) will be considered. Desired occupancy date is February 1, 2020. The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $38.5 million. The magnitude of the anticipated construction/buildout for each 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; _X (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 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 potential sites, 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: NCO 2 seeks information from 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 10 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. The VA-approved delineated area for this project is: North Michigan St. & So. Park Ave. to W. Delevan Ave. West W. Delevan Ave. to Richmond Ave. South Richmond Ave. onto Porter Ave. to Interstate 190 East Interstate 190 to Michigan Ave. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Request for Lease Proposals (RLP) and Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100-year flood plain. A market survey of properties offered for lease will be conducted by VA. Interested offerors (owners, brokers, or their legal representatives) should contact Jonathan Aikin by e-mail (preferred method), mail or telephone no later than 2:00 P.M. (ESDT), May 24, 2019, at the following address: Jonathan Aikin, 2-90NCO Department of Veterans Affairs Buffalo 2875 Union Road, Suite 3500 Cheektowaga, NY 14227 Phone: 716-862-7890 E-mail: Jonathan.Aikin@va.gov Owners, brokers, or their legal representatives are invited to provide information to contribute to the market research for this project. All firms must be registered in VA s System for Award Management (SAM) site at https://www.sam.gov/ and have the technical skills and financial capabilities necessary to perform the stated requirements. All firms are requested to submit a Capabilities Statement to VA for review. All firms may provide 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 ability to offer 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; 3. 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 relevant to the project described above. (3-page limit) 4. Evidence of your company s bonding capacity to meet the bid bond of $1,000,000.00, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 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. We encourage all small businesses and other interested parties to respond for market research purposes. All interested parties should respond to this notice no later than 2 P.M. (ESDT), May 24, 2019. Please submit your response to jonathan.aikin@va.gov. Note that this mailbox will only accept e-mails of 5MB in size or smaller. If your attachments exceed this size, please send multiple emails. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Buffalo VA Homeless Program 36C24219R0017 Please send this information sheet and supporting documentation to Jonathan.Aikin@va.gov by 2pm (ESDT), May 24, 2019. 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 ability to offer 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 $200,000, and payment and performance bonds in the range above from surety; 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Buffalo VA Homeless Program 36C24219R0017 Please send this information sheet and supporting documentation to Jonathan.Aikin@va.gov by 3:30pm Eastern Standard Time, November 27, 2018. 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 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 $200,000, 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-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/VAWNYHCS528/VAWNYHCS528/36C24219R0017/listing.html)
- Record
- SN05302537-F 20190508/190506230023 (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 |