Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

X -- Full and Open - New/Replacing Stark County RCS(Vet Center)

Notice Date
1/5/2023 6:59:09 AM
 
Notice Type
Sources Sought
 
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
3625023R0077
 
Response Due
1/23/2023 8:00:00 AM
 
Archive Date
03/09/2023
 
Point of Contact
Michelle M. McGhee, Contract Specialist - Procurement Point of Contact, Phone: 216-447-8300 x49657, Fax: Cynthia Tortolano, LCO
 
E-Mail Address
Michelle.McGhee2@va.gov
(Michelle.McGhee2@va.gov)
 
Awardee
null
 
Description
CANTON, OHIO SOURCES SOUGHT NOTICE 36C25023R0077 The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 4,253 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) 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 advertisement. Contracting Office Address: Network Contracting Office 10 - 6100 Oaktree Boulevard Suite 490, Independence, OH 44131. Description: The VA seeks to lease approximately 4,253 ABOA Square Feet (SF) of office space, and 30 surface/outside parking spaces, inclusive of 3 ADA spaces, for use by the VA as a Readjustment Counseling Service (Vet Center) in the delineated area stated below within Canton, Ohio area. The VA is ONLY CONSIDERING EXISTING BUILDINGS at this time. Space Offered that may disrupt or interfere with current VA use or VA Patient Services, SHALL 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 VA, should a solicitation for offers or request for proposals be issued for this project. 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: Bounded on the North: Shuffle Street NW; Frank Avenue NW; Mount Pleasant Street NW; and Mount Pleasant Street NE Bounded on the East: Middlebranch Avenue NE; 55th Street NE; Harmont Avenue NE; Trump Avenue NE; Route 30 Bounded on the South: Route 30; Route 62; Raff Road SW; Tuscarawas Street W; Lincoln Way E Bounded on the West: Wales Road NE; and Wales Road NW See the below delineated area map for further clarification of the boundaries of the delineated area. Additional Requirements: (1) Contiguous first floor space is required; (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 1-percent-annual chance flood plain(formerly 100-year); (5) Offered space must be zoned for and compatible with the VA s intended use; (6) Offered space may not be considered if located in close proximity to residential or industrial areas as determined by the LCO; (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 a hospital or stand-alone emergency room center and a fire department; (9) 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 as determined by the LCO; (10) It is preferred that offered space be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping; (11) 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; (12) It is preferred that offered space be easily accessible to multiple highways which provide multiple routes of travel; (13) Structured parking under the space may not be 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, to include Janitorial, Basic Cable, Guest High Speed Internet Wi-Fi, Security Monitoring and Maintenance; 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) A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; (5) Site plan depicting the property boundaries, building, and parking; (6) Floor plan, ABOA, and RSF of proposed space; Description of the uses of adjacent properties; (7) 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; (8) FEMA map evidencing floodplain status; (9) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; (10) A document indicating the type of zoning; (11) A description of any changes to the property necessary to be compatible with VA s intended use; (12) A statement indicating the current availability of utilities serving the proposed space or property; and (13) Official parcel number assigned to the property (can be obtained from the County Auditor s Office). All interested parties must respond to this advertisement no later than January 23, 2023, at 11:00 a.m. Eastern Time. Email submissions to: Cynthia A. Tortolano, Lease Contracting Officer, Cynthia.Tortolano@va.gov , Mitch L. Chapman, Lease Contracting Officer, Mitch.Chapman@va.gov and Michelle McGhee, Lease Contracting Specialist, Michelle.Mcghee2@va.gov . Market Survey (Estimated): February 2023 Occupancy (Estimated): 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. Attachment - VOSB or SDVOSB Status 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 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. 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. Please insert this language and X the appropriate area: The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000.00. __ (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. 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. Project Requirements: VA seeks information from Potential Offerors who are capable of successfully performing a lease contract for a term not to exceed 20 years, as well as all maintenance and operation requirements for the duration of the lease term. 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, Contractor s Unique Entity ID, CAGE Code, 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. If desired, the company may also submit a narrative describing its capability. Any response by SDVOSB or VOSB capable of providing the requested service will help determine the set-aside status of any solicitation that may be released. All businesses sizes are encouraged to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Canton, OH, Stark County Vet Center Company name: Company address: Contractor s Unique Entity ID: CAGE Code: 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 Contract Opportunities (SAM.gov), with representations and certifications. 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/031d272d697345ddb174220ea5ee2112/view)
 
Place of Performance
Address: Canton, OH, USA
Country: USA
 
Record
SN06557637-F 20230107/230105230110 (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.