Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOURCES SOUGHT

X -- Syracuse VAMC Offsite Primary Care West (VA-24-00001936)

Notice Date
2/28/2024 6:19:07 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
36C24223R0110
 
Response Due
3/21/2024 12:00:00 PM
 
Archive Date
06/19/2024
 
Point of Contact
Jonathan Aikin, Lease Contracting Officer, Phone: (716) 341-4347
 
E-Mail Address
jonathan.aikin@va.gov
(jonathan.aikin@va.gov)
 
Awardee
null
 
Description
CONTRACT OPPORTUNITIES SOURCES SOUGHT NOTICE U.S. DEPARTMENT OF VETERANS AFFAIRS DESIRES TO LEASE SPACE SYRACUSE, NEW YORK (WEST) The Department of Veterans Affairs currently seeking space for clinical space for use as a medical office in Syracuse, NY. VA is seeking to lease sufficient rentable square footage to yield approximately 20,745 Net Usable Square Feet (NUSF)/24,894 ABOA Square Feet within the Syracuse, NY area for use as a Primary Care Clinic. 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. The proposed delineated area is as follows: North: start from the intersection of Split Rock Rd. and Onondaga Road (Rt. 173) and travel north to Warners Rd. West: Continue on Warners Rd. and turn left onto Bennett Rd., turn right onto Milton Ave., South: Turn left onto W. Genesee St., turn right onto Munro Rd. East: Turn left onto Howlett Hill Rd., turn left onto Cedarville Rd., merge onto Split Rock Rd. and travel to Onondaga Rd. 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 mini-warehouses), and the small business size standard for 531120 is $47 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 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. PLEASE NOTE: Although this notice contains detailed information for interested SDVOSB and VOSB parties, VA encourages all small business and other interested open market sources to respond for market research purposes. The space must be handicapped accessible, ADA 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 20-year lease (10 years firm) will be considered. The VA seeks a full 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 Janitorial / Housekeeping Proposed Property shall not be located within the 100-year flood plain. Parking Requirements: On-site parking must be available for dedicated exclusive use by the VA as specified in any resulting RLP. be fully compliant with local laws, rules and regulations and: provide a minimum of 90 available parking spaces to the VA within 200 feet of the exterior building entrance. 15 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 commercial office/clinical space within the geographic delineated area referenced above in the Syracuse, NY area will be considered. Only space that is identified as economically advantageous to the Government will be considered relative to relocation, potential build out and/or rent. 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 Thursday, March 21, 2024, 3:00pm EST. SDVOSB & VOSB Expressions of Interest Requirements: 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://veterans.certify.sba.gov and have the technical skills and financial capabilities necessary to perform the stated requirements. SDVOSB and VOSB firms are requested to submit a Capabilities Statement to VA for review. SDVOSB and VOSB firms 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; Evidence of SDVOSB or VOSB status through registration at VetCert (https://veterans.certify.sba.gov) Evidence of ability to offer 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. 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 Expressed interested may be sent electronically to the following e-mail address: Jonathan.Aikin@va.gov Expressions of Interest may also be sent by mail to: ATTN: Jonathan Aikin Department of Veterans Affairs VISN 2 - Network Contracting Office 2 10706 Telegraph Rd Medina, NY 14103 Phone: 716-862-7890- Office, 716-341-4347- Cell Phone 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. Jonathan Aikin Lease Contracting Officer / Lease Acquisition Coordinator VISN 2 - Network Contracting Office 2 Regional Procurement Office East (RPO-E)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4dcd493b0db34162975526ac4d58d9b1/view)
 
Place of Performance
Address: Syracuse, NY 13210, USA
Zip Code: 13210
Country: USA
 
Record
SN06980438-F 20240301/240228230100 (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.