Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOURCES SOUGHT

X -- Manchester Ave Women's Clinic VA New/Replacing Lease Amending previous sources sought notice

Notice Date
5/23/2023 2:56:43 PM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523R0039
 
Response Due
6/7/2023 2:30:00 PM
 
Archive Date
09/05/2023
 
Point of Contact
816-627-9687, Melissa Brau, Phone: 913-684-0156
 
E-Mail Address
melissa.brau@va.gov
(melissa.brau@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE The U.S. Department of Veterans Affairs Seeks Expressions of Interest for a minimum of 20,000 (contiguous) Net Usable Square Feet (NUSF) not to exceed a maximum of 25,089 NUSF (including circulation) of Clinical type space in the area of St. Louis County, MO (see delineated area below) for a 10-year term. VA is seeking interest in existing building s and/or land for new construction/build to suit options. 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: Melissa Brau at 816-627-9687 and Melissa.brau@va.gov , United States Department of Veterans Affairs (VA), Network 15 Contracting Office (NCO15), 3450 South 4th St, Leavenworth Kansas 66048. Description: VA seeks to lease a minimum of 20,000 NUSF to a maximum of 25,089 NUSF of contiguous clinical space and 60 parking spaces for use by VA as a VHA Outpatient Clinic in the delineated area explained below within St. Louis, Missouri. VA is accepting interest for space located in an existing building for a build-out lease option and/or land for new construction/build to suit options. Project Requirements: VA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 10 years, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on its Technical Information Library: https://www.cfm.va.gov/til/leasing.asp. 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 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, SAM Unique Entity ID, 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.beta.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 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. Lease Term: 10 years total VA will be requesting proposals for 5-year firm, 7-year firm, and 10-year firm term options. 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: Page Ave. Southern Boundary: I-44 Eastern Boundary: Grand St. Western Boundary: Skinker Blvd. **See delineated area map on last page of this document. Additional Requirements: (1) Offered space must be located on a single floor. (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) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. (5) Offered space cannot be in the FEMA 100-year flood plain. (6) Offered space must be zoned for VA s intended use by the time initial offers are due. (7) Offered space will not be considered if located in within one mile to property with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, correctional facilities/prisons, where firearms are sold/discharged, railroad tracks, tattoo parlors/piercing shops, tobacco/vape shops or within flight paths. (8) Offered space will not be considered if located within one-half mile to residential areas or within one mile to industrial areas. (9) Space will not be considered where apartment space or other living quarters are located within the same building. (10) Offered space must be located within three miles to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. (11) Offered space must be located within ten miles to a hospital or stand-alone emergency room center and a fire department. (12) Offered space must be located within one-half mile walking distance to public transportation, which includes a commuter rail, light rail, or bus stop. (13) Offered space must be located within two miles to multiple highways, which provide multiple routes of travel. (14) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers. This requirement is to accommodate the large furniture being moved into the space at move-in and then again during move-out to move large furniture out of the space when lease expires. (15) Surface parking or Structured parking is permissible. Parking can be reviewed for approval during site tour. (16) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the request for proposals (RLP) document and all applicable Exhibits. (17) A fully serviced lease will be required. (18) Offered space must be compatible for VA s intended use. All submissions should include the following information: (1) Name of current owner. (2) Address of 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 map depicting the location of several amenities in relation to the building and surrounding area. (9) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. (10) Site plan depicting the property boundaries, building, and parking. (11) Floor plan, ABOA, and RSF of proposed space. (12) 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 attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement. (13) A document indicating the type of zoning. (14) A description of any changes to the property necessary to be compatible with VA s intended use. (15) A statement indicating the current availability of utilities serving the proposed space or property. All interested parties must respond to this announcement via email with Items 1-15 of Submission Requirements no later than June 7, 2023 at 4:30 p.m. CST. Melissa Brau, Melissa.brau@va.gov Market Survey (Estimated): Summer 2023 Occupancy (Estimated): Spring 2025 CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET [City, State, Project Type] Company name: Company address: Experian Business Identification 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.beta.sam.gov ), with representations and certifications, and Offeror s SAM Unique Entity ID. 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 RSF). (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) 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 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 [Choose one]: __ (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; __ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; _X_ (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 for specified tenant improvements and any Building Specific Amortized Capital (BSAC). VA makes no progress payments during the design or construction/build-out phases of the project.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/777481c32b89465b93db12bcfb3e6e53/view)
 
Record
SN06692262-F 20230525/230523230123 (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.