Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

X -- Cheboygan County CBOC Department of Veteran Affairs (VA) Seeks Expressions of Interest for 9,320 ABOA SF

Notice Date
6/29/2020 8:16:37 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
36C25020R0204
 
Response Due
7/27/2020 8:59:00 PM
 
Archive Date
11/03/2020
 
Point of Contact
Lisa.newlin@va.gov, Lisa Newlin 317-988-1539 (Primary), Phone: Andrew Seaman (Alt), Fax: andrew.seaman2@va.gov
 
E-Mail Address
Lisa.Newlin@va.gov
(Lisa.Newlin@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE 36C25020R0204 FED-BIZ-OPPS-NOTICE 36C25020R0204 CHEBOYGAN COUNTY, MICHIGAN The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 9,320 American National Standards Institute/Building Owners & Managers Association� (ANSI/BOMA) of Leased�Space in Cheboygan County, Michigan Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for lease 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 obligation to respond to and is unable to answer any inquiries regarding this advertisement. The NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 Million. The Department of Veterans Affairs (VA) IS ALSO conducting market research, seeking capable sources that are classified and registered in www.vip.vetbiz.gov as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs. 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, Suite 1100 - 8888 Keystone Crossing Indianapolis, IN 46240 Description: The Department of Veterans Affairs seeks to lease approximately 9,320 ABOA SF and 100 parking spaces for use by the VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below. The maximum rentable square feet (RSF) is to be determined. VA will consider space located in an existing building as well as new construction or a building being constructed for multi-tenant use. Any Space Offered may not disrupt or interfere with current VA use or VA Patient Services, this space 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. VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Up to 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: US HWY 23 Bounded on the South: US HWY 68 Bounded on the East: US HWY 27/ US HWY 363 Bounded on the West: US 31/I-75 See the�delineated area map for further clarification of the boundaries of the delineated area. Additional Requirements for Submissions: (1) Offered Space must be located on first floor. (2) Bifurcated sites, inclusive of parking, are not permissible. (3) The following space configurations will not be considered: Space with atriums, 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 close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, dispensaries, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. (8) Offered space will not be considered if located in close proximity to residential or 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 easily accessible to multiple highways which provide multiple routes of travel; (11) Structured parking under the space is not permissible. (12) 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. (13) A fully serviced lease is required. (14) Offered space must be compatible for VA s intended use. All submissions must include the following information: Name and address of current property owner; Address or described location of building; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; A statement as to whether the building lies within the Delineated Area; Description of the uses of adjacent properties; FEMA map of location evidencing floodplain status; A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, and/or shuttle bus availability; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; Site plan depicting the property boundaries, building, and parking; Floor Plan, Parking Plan and ABOA/RSF/NUSF, of proposed space; 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; A document indicating the type of zoning; A description of any changes to the property necessary to be compatible with VA s intended use; Building owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by property owner to submit the building to VA for development; Any information related to title issues, easements and restrictions on the use of the building; A statement indicating the current availability of utilities serving the proposed space or property. Market Survey (Estimated): September-October 2020� � Occupancy (Estimated): 2021 All interested parties must respond to this advertisement no later than� July 27, 2020 �at 11:59 p.m. Local Time. Please submit your response (electronic) to: Lisa Newlin: �lisa.newlin@va.gov � Andrew Dan Seaman: �Andrew.Seaman2@va.gov � 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. A solicitation may or may not be issued. 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 in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 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; __ (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 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. Project Requirements: This Sources Sought Notice 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 20 years, inclusive of all options, 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 the Technical Information Library at the following link: 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 sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statement: 1. Company name, address, point of contact, phone number, Experian Business Identification 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 (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 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Cheboygan County, MI Lease Sources Sought Notice Company name: __________________________________________ Company address: __________________________________________ Dunn and 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.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.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 designing, constructing, and 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, Date)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e553f88c2b4e404d9cbe062df248c8cc/view)
 
Place of Performance
Address: See Delineated Area Map, CHEBOYGAN COUNTY, MI 49721, USA
Zip Code: 49721
Country: USA
 
Record
SN05706944-F 20200701/200629230159 (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  © 1994-2020, Loren Data Corp.