Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

X -- 703-19-1-8050-0006 Peninsula Vet Center

Notice Date
12/10/2019 6:38:07 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26119R0054
 
Response Due
1/3/2020 8:59:59 PM
 
Archive Date
02/02/2020
 
Point of Contact
See attachhment
 
E-Mail Address
johnpaul.niega@va.gov
(johnpaul.niega@va.gov)
 
Awardee
null
 
Description
Bay Area, mid-peninsula cities, CaliforniaThe U.S. Department of Veterans Affairs Seeks Expressions of Interest for 4,100 to 4,600 ANSI-BOMA Office Area (ABOA) Square Feet of Commercial SpaceNotice: 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. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: John Paul Niega (JohnPaul.Niega@va.gov), United States Department of Veterans Affairs (VA), Contracting Officer-NCO 21, 975 Kirman Avenue, Room D2460H, Reno, NV 89502Description: VA seeks to lease approximately 4,158 to 4,574 ABOA Square Feet of space and 20 reciprocal parking spaces for use by VA as a Vet Center office within the delineated area explained below. Lease Term: 20 years / 15 years firm.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:Northern boundary: CA-92 from I-280 to Ralston Avenue to US101, becoming Marine Parkway and continuing eastward to Shearwater Parkway;Eastern boundary: Shearwater Parkway from Marine Parkway to Redwood Shores Parkway toHolly Street to US101, and continuing southerly on US101 to the Oregon Expressway; Southern boundary: Oregon Expressway from US101 westerly becoming Page Mill Road to I-280; West boundary: I-280 from Page Mill Road to Ralston Avenue.The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area.Additional Requirements:(1) Offered space must be located on the ground floor and be contiguous.(2) 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.(3) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. (4) Offered space cannot be in the FEMA 100-year flood plain.(5) Offered space must be zoned for VA s intended use (counseling offices).(6) Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: bars/pubs (except those within establishments that predominantly function as a restaurant, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. (8) Space will not be considered where apartment space or other living quarters are located within the same building.(9) Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building, as determined by the Contracting Officer. (10) 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.(11) A fully serviced lease may be required. (12) Offered space must be compatible for VA s intended use.All submissions should include the following information:Name of current owner;Marketing Flyer and floorplan(s) of proposed space(s), or equivalent; Floorplan(s) shall include the ABOA and RSF of the proposed space(s);A narrative and map describing proximity of the building to the nearest bus and/or train stops, 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; and(6) If you are qualified as a small business, 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 $41.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.All interested parties shall respond to this announcement no later than January 3, 2020 4:00 p.m. Pacific Time, to: Timothy J. Pavek Direct Phone: 925.790.2134 Main Phone: 925.866.1300 Email: tpavek@crcre.com Carpenter/Robbins Commercial Real Estate, Inc. 2000 Crow Canyon Place, Suite 130 San Ramon, CA 94583 With a copy to: John Paul Niega, Contracting Officer Department of Veterans Affairs JohnPaul.Niega@va.govMarket Survey (Estimated): January 2020Occupancy (Estimated): 2020Q4 or 2021Q1 Attachment - Small Business, VOSB or SDVOSB StatusThe NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $41.5 million. Responses to this notice will assist VA s Office of Real Property (ORP) 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:Between $500,000 and $1,000,000;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 information for planning purposes, 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: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the tenant improvements within an existing facility as described above, for a term of 20 years / 15 years firm, as well as all maintenance and operation requirements for the duration of the lease term. SDVOSB, VOSB, and Small Business 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.Capabilities Statement Will Include:1. Company name, address, point of contact, phone number, Dunn & Bradstreet 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 your company s bonding capacity to meet a bid bond of $100,000.00, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and6. 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 STATEMENTSUBMISSION CHECKLIST AND INFORMATION SHEETMenlo Park, CA (and surrounding communities) - Vet Center 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 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 ABOA). (3-page limit); andEvidence 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)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1b747f1c35ac440f8a303e8e2ed7298a/view)
 
Place of Performance
Address: See attachment
 
Record
SN05513472-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.