Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
MODIFICATION

X -- X--TRAVERSE CITY VET CENTER (36C25019R0044) Department of Veterans Affairs (VA) Seeks Expressions of Interest for 3,969 Net Usable Square Feet of Existing Space in Traverse City, Michigan (Full & Open/SDVOSB-VOSB)

Notice Date
8/12/2019
 
Notice Type
Modification
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
36C25019R0044
 
Response Due
8/21/2019
 
Archive Date
11/28/2019
 
Point of Contact
Lee Morris lee.morris@va.gov
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION of Date TRAVERSE CITY, MICHIGAN FED-BIZ-OPPS-NOTICE 36C25019R0044 The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 3,969 Net Usable Square Feet of Existing Space in Traverse City, Michigan 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; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. The NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 Million. 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, Suite 1100 - 8888 Keystone Crossing Indianapolis, IN 46240 Description: VA currently seeks to lease approximately 3,696 net usable square feet (NUSF) and 35 parking spaces for use by VA as a Veterans Clinic in the delineated area explained below within Traverse City, Michigan. VA will consider space located in an existing building or a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only or alternative space if it is economically advantageous. NUSF 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 of the facility. NUSF 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 VA, should a solicitation for offers or request for proposals be issued for this project. 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: North: W. Grandview Pkwy/E. Front Street/US31/Munson Avenue/US72/E. Traverse Highway South: Cedar Run Road/Barnes Road/W. South Airport Road/E. South Airport Road East: Three Mile Road West: Gray Road/N. Long Lake Road/Silver Lake Road/US 31-US37 See the below delineated area map for further clarification of the boundaries of the delineated area. Additional Requirements: (1) Offered Space must be located on first 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 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. (8) Offered space will not be considered if located in close proximity to residential or industrial 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 located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy and shopping (11) Offered space must be located in close proximity to a hospital or stand-alone emergency room and a fire department. (12) Offered space must be in close proximity to public transportation and easily accessible to multiple highways which provide multiple routes of travel. (13) Structured parking under the space is not permissible. (14) 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. (15) A fully serviced lease is required. (16) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name of current owner; Building owners must provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building must provide evidence of permission or authority granted by property owner to submit the building to VA for development Address or described, pictures location of building; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; A statement as to whether the building 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 to the nearest bus and/or train stop, and major transportation routes; 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; Floor Plan, Parking Plan and NUSF, of proposed space; 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 description of any changes to the property necessary to be compatible with VA s intended use; A description of any planned land development or construction which will affect the building including neighboring projects and road/ utility line construction. Market Survey (Estimated): September 2019 Occupancy (Estimated): 2020 All interested parties must respond to this advertisement no later than August 21, 2019 at 4:00 p.m. Local Time. Please submit your response (electronic) to: Lisa Newlin - lisa.newlin@va.gov Lee Grant lee.grant@va.gov Lee Morris lee.morris@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; __ (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; X (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 20 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. A submission checklist and information sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. 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 Clare, MI Lease Sources Sought Notice 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 NUSF). (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 (12-AUG-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/InVAMC538/InVAMC538/36C25019R0044/listing.html)
 
Record
SN05402325-F 20190814/190812230059 (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.