Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOURCES SOUGHT

X -- Wellsville CBOC Lease

Notice Date
12/8/2020 12:37:26 PM
 
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
36C24221R0028
 
Response Due
1/6/2021 12:00:00 PM
 
Archive Date
04/06/2021
 
Point of Contact
Jonathan Aikin, Contracting Officer, Phone: 716-862-7890
 
E-Mail Address
jonathan.aikin@va.gov
(jonathan.aikin@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 3,599 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Office Space in Wellsville, NY. NOTICE: The Department of Veterans Affairs currently occupies 3,599 ABOA SF of medical and related space in a building under lease in Wellsville, NY, that has expired 30 April 2020. The Government may consider alternative space if economically advantageous. In making this determination, the Government, will consider, among other things, the availability of alternative 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 telecommunication infrastructure, and non-productive agency downtime. The VA intends to solicit the incumbent Lessor on a sole source basis unless a potential more cost-effective opportunity exists. VA s 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 miniwarehouses), and the small business size standard for 531120 is $41.5 million. The Department of Veterans Affairs will give the opportunity to other offerors in the interest of competition. 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. The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: United States Department of Veterans Affairs (VA), Specialized Team, Network Contracting Office 2 (NCO 2), 2875 Union Rd., Ste. 3500, Cheektowaga, New York 14227. Description: VA seeks to lease approximately 3,599 net usable square feet (NUSF), not to exceed 4,859 rentable square feet (RSF), of space and 25 parking spaces for use by the VA as a medical office in the Wellsville area of New York in the delineated area below. The VA will only consider existing building options. Proposed Property shall not be located within the 100-year flood plain. Net usable square feet measured by ANSI/BOMA ABOA 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. Lease Term: Up to 15 years with approximately 10 years firm. Occupancy is required by 1 May 2021. Delineated Area: To receive consideration, submitted buildings 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 Boundary: Elm Valley Rd./ CR-12 to Pixley Hill/ Vandermark Rd., East Boundary: Dyke St./417/Andover Rd. to Elm Valley Rd./ CR-12, South Boundary: Route 19/ Knights Creek Rd. to Intersection of Highway 417. West Boundary: Pixley Hill Rd, left onto Vandermark Rd. to the intersection of CR 10 and Route 19., The following map of the delineated area is provided for further clarification of the boundaries of the delineated area. Existing Space: Space in an existing building on ground level and offices cannot be split between floors or split on the same floor. The building must be able to comply with the Architectural Barriers Act Accessibility Standards (ABAAS)(http://www.access-board.gov/guidelines-and-standards/buildings-and-sites/about-the-aba-standards), the VA Barrier Free Design Standard (http://www.cfm.va.gov/til/etc/dsBarrFree.pdf) , and meet security requirements as set forth in the Physical Security Design Manual for VA Mission Critical Facilities: (https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySec.pdf); additionally, space shall be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). Parking Requirements: On-site parking must 1) be available for dedicated exclusive use by the VA as specified in any resulting RLP; 2) be fully compliant with local laws, rules and regulations and: 3) provide a minimum of 25 available parking spaces to the VA within 200 feet of the exterior building entrance. Handicap Parking spaces shall be designated in accordance with local code. The Offeror must have ownership rights to parking space offered as part of rental consideration. All submissions must include the following information: Offerors Information: Company name: Company address: Dun & Bradstreet number: Point of contact: Phone number: Email Address: 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. Address and location of building and space offered. Name of owner must be provided; i.e. property tax record, MLS listing, etc. Evidence of ownership, if building submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building must provide evidence of authority granted by property owner to submit the property to VA for development. A property with an Active MLS listing for sale or lease will be considered acceptable as evidence for consideration for survey. Location on map, demonstrating the building lies within the delineated area; Description of ingress/egress to the building; FEMA map evidencing that the property lies outside the 100-year floodplain; A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, if mass transit is available; Any information related to title issues, easements, or restrictions on the use of the building; Specific Building Information: Age of building; Total existing building gross square feet Site plan depicting the building and parking; Floor plan and gross square footage proposed. Identify base Shell annual rent cost and operating cost figure, together these figures equal the total Annual Serviced Rent cost. List in both Net Usable Square Feet (NUSF) and Rentable Square Feet (RSF) for the full 20-year lease term with any step increases to include operating cost adjustments. NO CPI ADJUSTMENTS WILL BE PROVIDED IN THE LEASE. Allowances and Improvements required to meet VA space requirements at the Lessor s cost. Documentation delineating the cost advantages to the Government for relocating to proposed space. Identification of on-site parking offered and available for VA s use; A description of any changes to the property necessary to be compatible with VA s intended use; Information on adjacent and proposed building uses, zoning, business functions and site activities; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. A statement indicating the current availability of utilities serving the proposed space or property; Documentation showing compliance with seismic requirements, if any, for the location of the property. Date space is available for occupancy. Unique Agency Requirements: The VA shall only consider the most qualified properties meeting the minimum space requirements as listed below. Upon request, the offeror shall make available the offered lease space for survey to determine the below unique requirements are met. Space offered must be in an existing building. Expansions are subject to limited new building construction review process. Speculative construction is considered in an existing building as long as the building size and footprint is established and not based on Government lease and a construction permit has already been issued. LCO will make final determination. Offered site is within the delineated area. Amenities and public transportation accessibility exist or will exist within 1 mile of the building. Affordable taxi or shuttle service must be available when no public transportation is available. Space in an existing building must be able to comply with ABAAS/ADA accessibility and FSL II security requirements. Meets code, etc. Offered site can accommodate square footage and parking requirements. Structured parking under the space is not permissible. Space configurations do not consist of irregular runs or shapes or unusual features adversely affecting usage. Offered space is not located near property with incompatible uses. Examples: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, within flight paths, industrial areas, or agricultural areas that are within proximity to fields where chemical insecticides/herbicides are sprayed. Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be easily accessible to and from multiple highways or major thoroughfares to provide multiple routes of travel. A fully serviced lease is achievable. Offered space must be compatible for VA s intended use. Schedule delays or other risks related to zoning uses, planned development/construction and other factors are absent. All interested parties must respond to this announcement no later than 3:00 P.M. EST, Wednesday, January 6, 2021, by email to jonathan.aikin@va.gov, and must have: Sources Sought 36C24221R0028 in the subject line. All questions and informational inquires shall be emailed to jonathan.aikin@va.gov and must have Sources Sought 36C24221R0028 in the subject line. Jonathan Aikin (Lease Contracting Officer) Department of Veterans Affairs (VA) Specialized Team, Network Contracting Office 2 (NCO 2) 2875 Union Rd., Ste. 3500 Cheektowaga, NY 14227 Attachment - Small Business, VOSB or SDVOSB Status The 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 the VA 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. 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. 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.va.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 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.va.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, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 6. 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. ***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67f6059dda5a4c9895d5e08ab3882dd0/view)
 
Place of Performance
Address: Wellsville, New York 14895, USA
Zip Code: 14895
Country: USA
 
Record
SN05869413-F 20201210/201208230144 (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.