Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

X -- Looking to Lease in Omaha, NE New Replacing Readjustment Counseling Service Veteran Center

Notice Date
4/7/2021 11:29:28 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26321R0114
 
Response Due
4/20/2021 8:00:00 AM
 
Archive Date
07/19/2021
 
Point of Contact
Robert A Hausman, Contract Specialist, Phone: 319-338-0581 x635747
 
E-Mail Address
Robert.Hausman2@va.gov
(Robert.Hausman2@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 Page 2 of 2 Omaha, NE Veterans Center The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 3,969 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office (ABOA) Square Feet in Omaha, NE 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. 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. The 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: United States Department of Veterans Affairs (VA), Leasing and Specialized, Network 23 Contracting Office (NCO 23), 1303 5th Street, Suite 300, Coralville, IA 52241. Description: VA seeks to lease 3,969 ABOA SF, not to exceed 5,358 Rentable Square Feet (RSF) of space and parking required below. Parking Space Requirement 25 available parking spaces within 250 feet of the building leased premise entrance. Structured parking under the building is not permissible. Reserved Parking Spaces 25 of the 25 available parking spaces will be reserved, marked and dedicated for VA patients, handicap ADA compliant spaces and official Government vehicle parking. A minimum of 4 ADA compliant parking spaces and 1 Official 50 oversized Government Vehicle parking spaces will be provided in these reserved parking spaces. Reserved parking shall be the closest available parking to the leased premise meeting the Parking Space Requirement and without crossing roads. The VA will only consider existing building options. THIS NOTICE IS FOR LEASED SPACE LOCATED IN EXISTING BUILDINGS ONLY. *NUSF and ABOA SF 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. NUSF and ABOA SF 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 request for proposals be issued for this project. Attention SDVOSB/VOSB: In accordance with VA procurement policy memorandum (2016-05) Implementation of the Veterans First Contracting Program as a result of the U.S. Supreme Court Decision (Kingdomware), the VA must set aside procurements for competition among veteran-owned small businesses if a Contracting Officer has a reasonable expectation that two or more small businesses owned by veterans will submit offers and that the award can be made at a fair and reasonable price that offers the best value to the United States. Lease Term: Up to 20 years. Project Requirements: VHA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site 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. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. 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 lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements and FSL II Security Requirements. VA makes no progress payments during the design or construction/build-out phases of the project. 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: Intersection of Maple St. and N 42nd St. southbound on N. 42nd Street to intersection S.42nd St. and Harrison St. Bounded on the East: Intersection of Maple St. and N 42nd St. southbound on N. 42nd Street to intersection S.42nd St. and Harrison St. Bounded on the South: Intersection of S. 42nd St. and Harrison St. westbound on Harrison St. to intersection of Harrison St. and Harry Andersen Ave. Bounded on the West: Intersection of Harrison St. and Harry Andersen Ave northwest to the Intersection of Harry Andersen Ave. and S. 120th St. Continue northbound on 120th St. to the Intersection of N. 120th St. and W.Maple Rd.. Existing Space: Space in an existing building must be located on the ground level entrance of the building and must be contiguous. The building must be able to comply with the Architectural Barriers Act Accessibility Standards (ABAAS)(http://www.access-board.gov/guidelines-and-standards/buildings-and-sites/about-the-aba-standards), the VA Barrier Free Design Standard (http://www.cfm.va.gov/til/etc/dsBarrFree.pdf) , and meet security requirements as set forth in the Physical Security Design Manual for VA Mission Critical Facilities: (http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdf); additionally, space shall be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). Parking Requirements: On-site parking must 1) be available for dedicated exclusive use by the VA as specified in the RLP; 2) be fully compliant with local laws, rules, and regulations and: 3) provide a minimum of 25 available parking spaces to the VA within 250 feet of the exterior building entrance. 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 submissions must include the following information: Offerors Information: Company name: Company address: Dun & Bradstreet number: Point of contact: Phone number: Email Address: If you are qualified as a small business, 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 attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement. Address and desired location of building and space offered. Name of owner must be provided, i.e. property tax record, MLS listing, etc. Evidence of ownership if building submitted by owner. Non-Owners (e.g., prospective developers/lessors) submitting a building or land must provide evidence of authority granted by property owner to submit the property to VA for development. Location on map, demonstrating the building lies within the delineated area. Description of ingress/egress to the building. FEMA map evidencing that the property lies outside the 100-year floodplain. A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, if mass transit is available. Any information related to title issues, easements, or restrictions on the use of the building. Specific Building Information: Age of building. Total existing gross square feet Site plan depicting the building and parking. Floor plan and gross square footage proposed. Only contiguous ground level floor space will be acceptable. Identification of on-site parking offered and available for VA s use. A description of any changes to the property necessary to be compatible with VA s intended use. Information on adjacent and proposed building uses, zoning, business functions and site activities and zoning allowability for medical or medical office use. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. A statement indicating the current availability of utilities serving the proposed space or property. Documentation showing compliance with seismic requirements, if any, for the location of the property. Unique Agency Requirements: The VA shall only consider the most qualified properties meeting the minimum space requirements as listed below. Upon request, the offeror shall make available the offered lease space for survey to determine the below unique requirements are met. Space offered must be in an existing building. Expansions are subject to limited new building construction review process and not to exceed 10% of the existing Gross Building Square Feet. Speculative construction is considered an existing building as long as the building size and footprint is established and not based on Government lease and a construction permit has already been issued. LCO will make final determination. Offered site is within the delineated area and is not in a 100-year floodplain. Amenities exist or will exist within a walkable 1 mile (City Center) or ½ mile (Outside City Center) to be specified in the RLP. Public transportation in the form of commuter rail, light rail, subway station or bus stop exists or will exist within a walkable ¼ mile of the building. Space in an existing building must be located on the ground level entrance of the building, must be contiguous and able to comply with accessibility and security requirements. Meets code, etc. Offered site has the building and lot size to accommodate square footage and parking requirements. Structured parking under the space is not permissible. Space configurations do not consist of irregular runs, shapes or unusual features adversely affecting usage or creating an inefficient layout. Offered space is not located in close proximity to property with incompatible uses. Examples are not all inclusive: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, within flight paths, industrial areas, smoke shops/ marijuana dispensaries or agricultural areas where chemical insecticides/herbicides are sprayed. Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be easily accessible to and from multiple highways or major thoroughfares to provide multiple routes of travel. A fully serviced lease is achievable. Utilities and services are in place or will be in place for a fully serviced lease. Offered space must be compatible for VA s intended use and meet the planned occupancy date of 6/1/2022. Schedule delays or other risks related to zoning uses, building age, ownership interests, planned development/construction and other factors are absent. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this notice that meet the initial requirements described herein. The Contracting Officer will examine each site (passing initial review of submitted documents), and on a market survey, if necessary and as specified in the Request for Lease Proposal, to determine if the offered buildings do in fact meet VA s criteria using the Simplified Lease Acquisition Threshold Two Step Prrocess. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than Tuesday, April 20, 2021 at 10:00 A.M. Central Time. To the attention of: Gary Rogers (Lease Contracting Officer), Robert Hausman (Contract Specialist), William Jefferson (CS) Department of Veterans Affairs (VA) Leasing and Specialized, Network 23 Contracting Office 1303 5th Street, Suite 300 Coralville, IA 52241 Email: gary.rogers4@va.gov, william.jefferson4@va.gov, Robert.Hausman2@va.gov (email is the best way to reach me) Estimated Timeline: Request for Lease Proposals: May 2021 Step 1 Proposals Due: June 2021 Step 2 Proposals Due and Market Survey (if applicable): Sept 2021 Award of Lease: October 2021 Occupancy (Estimated): No later than June 2022 Attachment - Small Business, VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $41.5 million. Responses to this notice will assist VA s 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. 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. SDVOSB, VOSB, and Small Business 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, 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 (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 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; and 6. 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. ***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8344de586c44429497589a0690ed9d49/view)
 
Place of Performance
Address: Omaha
 
Record
SN05965558-F 20210409/210407230118 (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.