Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

X -- *Leasing NCO10* VC241 Stark County Vet Center Relocation (VA-19-00096919)

Notice Date
2/25/2022 9:59:45 AM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C250-22-AP-2778
 
Response Due
3/1/2022 10:00:00 AM
 
Point of Contact
Michelle McGhee, Primary Contact, Phone: 216-447-8300 x49657
 
E-Mail Address
Michelle.McGhee2@va.gov
(Michelle.McGhee2@va.gov)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �PRESOLICITATION NOTICE The U.S. Department of Veterans Affairs Seeks Expressions of Interest for a fully serviced lease for approximately 4,158 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Existing Office Space in CANTON, OHIO. 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. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this Presolicitation Notice. Contracting Office Address:� Network Contracting Office 10, Suite 300 - 6150 Oaktree Boulevard Independence, OH 44131. Description: �The U.S. Department of Veterans Affairs seeks to lease approximately 4,158 ABOA square feet (SF) (Not to exceed 5,000 Rentable Square Feet (RSF)) of space, and 30 parking spaces for use by the VA as a Veteran Center (Vet Center) in the delineated area stated below within Canton, Ohio area.� Space Offered that may disrupt or interfere with current VA use or VA Patient Services, may not be considered. �ABOA 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.� ABOA 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 U.S. Department of Veterans Affairs, on or about March 2, 2022. Lease Term: Not to exceed 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:�� E. Maple Street, W. Maple Street, Ream Ave. NW & Portage St. NW South:�� 12th Street NW and 13th Street NW West:��� Lake O Springs Ave., NW, N. Blvd NW, Brunnerdale Ave. NW, and Perry Dr NW; and East:����� Walnut Ave. NE & Market Ave. N. See the attached for delineated area map for further clarification of the boundaries of the delineated area. Additional Requirements: (1) Contiguous first floor space, (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) Offered space cannot be in the FEMA 100-year flood plain, (5) Offered space must be zoned for VA�s intended use, (6) Offered space may not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, adult entertainment establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths, (7) Space may not be considered where apartment space or other living quarters are located within the same building, (8) It is preferred that offered space be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping, (9) It is preferred that offered space be located in close proximity to a hospital or stand-alone emergency room center and a fire department, (10) It is preferred that 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, (11) It is preferred that offered space be easily accessible to multiple highways which provide multiple routes of travel, (12) Structured parking under the space may not be permissible, (13) 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, (14) A fully serviced lease is required, (15) Offered space must be zoned for the VA�s intended use, and (16) Space may not have any environmental issues or hazards. All submissions should include the following information: (1) Name of current owner;� (2) Address or describe location of offered space and building; (3) Location on map, demonstrating the building lies within the Delineated Area; (4) Description of ingress/egress to the building from a public right-of-way; (5) Description of the uses of adjacent properties; (6) FEMA map evidencing floodplain status; (7) A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; (8) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; (9) Site plan depicting the property boundaries, building, and parking; (10) Floor plan, ABOA, and RSF of proposed space; (11) 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 $41.5 million, please read the below attachment, entitled, �VOSB or SDVOSB status�.�� You are invited, but not required to submit a Capabilities Statement; �(12) A document indicating the type of zoning; (13) A description of any changes to the property necessary to be compatible with VA�s intended use; (14) A statement indicating the current availability of utilities serving the proposed space or property; and (15) Official parcel number assigned to the property. (can be obtained from the County Auditor�s Office) All interested parties must respond to this notice no later than March 1, 2022 at 1:00 p.m. Local Time. Email submissions to:� Michelle McGhee, Leasing Contract Specialist, Michelle.Mcghee2@va.gov, And Cynthia Tortolano, Leasing Contract Officer, Cynthia.Tortolano@va.gov . Market Survey (Estimated):� April 2022 Occupancy (Estimated):� October 2022 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. The NAICS Code for this procurement is 531120, Lessors of Nonresidential Buildings, and the small business size standard is $30.0 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.� 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; 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 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 will be issued on or about March 2, 2022.� Project Requirements: VA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility, for a term not to exceed 20 years, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. 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 sheet are 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 (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 managing Federal leased facilities or health care facilities relevant to the project described above (3-page limit); 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Canton, OH, Stark County Rehabilitative Counseling Center (RCS)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.vetbiz.va.gov/); Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the Contract Opportunities (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 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)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aec6d1726db249948b58e17dff29d5c4/view)
 
Place of Performance
Address: Independence, OH 44131, USA
Zip Code: 44131
Country: USA
 
Record
SN06251234-F 20220227/220225230111 (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.