Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2020 SAM #6930
SOURCES SOUGHT

X -- Pine Plains Succeeding Lease Acquisition - Market Research Purposes Only

Notice Date
11/17/2020 7:05:53 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0228
 
Response Due
12/8/2020 1:30:00 PM
 
Archive Date
02/06/2021
 
Point of Contact
Morris, Jemeek, Lease Contracting Officer, Phone: 914-737-4400 Ext. 4124, Fax: 914-788-4878
 
E-Mail Address
Jemeek.Morris@va.gov
(Jemeek.Morris@va.gov)
 
Awardee
null
 
Description
U.S. DEPARTMENT OF VETERANS AFFAIRS DESIRES TO LEASE SPACE The Department of Veterans Affairs currently occupies clinical space for use as a Community Based Outpatient Clinic in a building under lease in Pine Plains, NY that will be expiring. VA is seeking to lease sufficient rentable square footage to yield approximately 2,852 Net Usable square feet (NUSF) within the 19th Congressional District, geographical area encompassing the Pine Plains, NY 12567. PLEASE NOTE: Although this notice contains detailed information for interested SDVOSB and VOSB parties, VA encourages all other business types offerors (Small Businesses, Other Than Small Business) to respond for market research purposes. The purpose for this notice is to conduct market research and identify capable resources from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB) and/or capable Open Market sources. The NAICS Codes for use is 531120 Lessors of non-residential buildings (except mini-warehouses), and the small business size standard for 531120 is $30.0 million. Responses to this notice will assist VA in determining whether this acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127 or proceed with Full and Open competition from capable sources. The delineated area is as follows: North: Corner of Bowman Rd and Ryan Rd going northeast on Ryan Rd to County Hwy 83A (N. Main St.) East: County Hwy 38A going South through Church St. continue south to Lake Rd South: Lake Rd going west then southwest around Stissing Pond toward Thompson Pound Reserve Parking Area remaining on Lake Rd. West: Lake Rd going north past Beach Rd around Twins Island Lake staying on Lake Rd north to Church St. Church St. going east to Bowman Rd. Bowman Rd. north to Ryan Rd. The space must be handicapped accessible, ABAAS compliant, and can be provided by new construction or modification to an existing space. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space with modern conveniences. The space must be contiguous, on no more than one floor (ground floor preferable) and must meet or be able to meet the Department of Veterans Affairs Life Safety codes and other applicable regulations. A 10 year lease (5 years firm) will be considered. The VA seeks a modified gross lease that includes, but not limited to the following: Heating system maintenance and repair Electrical system maintenance and repair Plumbing maintenance and repair All Utilities: Electricity, Heat, Sewer, Water Real Estate Taxes Landscaping Window cleaning Common area maintenance and supplies Garbage removal Snow removal Common area maintenance Sight lighting Insurance Lawn sprinkler HVAC Overtime Charges Grounds Maintenance Parking Pest control *VA will be responsible for its own janitorial/housekeeping services for the internal space it occupies* All business types offerors (SDVOSB, VOSB, Small Business, Other Than Small Business) are invited to provide information to contribute to the market research for this project. However, SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at (https://www.vip.vetbiz.va.gov/). All business types offerors must have the technical skills and financial capabilities necessary to perform the stated requirements and it is requested a Capabilities Statement be submitted to VA for review. All business types offerors (SDVOSB, VOSB, Small Business, Other Than Small Business) 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 Should Include: Company name, address, point of contact, phone number, Dunn & Bradstreet Number, and e-mail address; If you are an SDVOSB / VOSB, provide current registration / status at VIP (https://www.vip.vetbiz.va.gov/) Evidence of ability to offer under NAICS Code 531120 and active listing in the System for Award Management (https://www.sam.gov/SAM/), including a copy of the representations and certifications made in that system. 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/or managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit) Evidence of your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above 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. Required Information for Submission of Capabilities Statements Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: SUBMISSION REQUIREMENTS: Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government is limited by law (41 C.F.R. 102-73.55) to pay NO MORE THAN the appraised fair market rental value for space. Expressions of interest shall include the following: Building name, address and age Location of the available space within the building Rentable Square Feet (RSF) available and expected rental rate per RSF Net Usable Square Feet (NUSF) to be offered and expected rental rate per NUSF Building ownership information Amount of parking available on-site; include its cost and indicate whether the expected rental rate includes such required for Government parking (if applicable). Date of space availability Energy efficiency and renewable feature existing within the building Contact information of authorized representative Only space that is identified as economically advantageous to the Government will be considered relative to relocation, potential build out and/or rent. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. A cost comparison will be performed in relation to the expenses incurred at the current location. A market survey of the properties offered for lease will be conducted by the Department of Veterans Affairs. All interested offerors (owners, brokers, or their legal representatives) must provide written acknowledgement NO LATER THAN Tuesday, December 8, 2020 4:30pm EST. Expressed interested may be sent electronically to the following e-mail address: Jemeek.Morris@va.gov Expressions of Interest may also be sent by mail to: ATTN: Jemeek Morris VA Hudson Valley HCS - FDR CAMPUS 2094 Albany Post Road, VISN 2 - Network Contracting Office Bldg 29, Rm 338, Box 29-2 Montrose, NY 10548 Phone: 914-737-4400; Ext. 4124 PLEASE BE ADVISED: This is an inquiry only and must not be construed as a guarantee on the part of the Department of Veterans Affairs to enter into a lease agreement with any interested party. Only properties that can provide the requested space requirement and those that meet applicable government standards will be considered. Jemeek Morris Contract Specialist / Lease Acquisition Coordinator VISN 2 - Network Contracting Office Regional Procurement Office - East Posted: Tuesday, November 17, 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/589de86f758e404f9738c44183d7ccad/view)
 
Place of Performance
Address: Pine Plains, NY 12567 12567
Zip Code: 12567
 
Record
SN05855191-F 20201119/201117230150 (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.