Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

X -- Lease

Notice Date
6/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA-528-08-RP-0194
 
Response Due
7/18/2008
 
Archive Date
9/16/2008
 
Point of Contact
Joshua BowersSENIOR PROCUREMENT ANALYST/CONTRACTING OFFICER
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA528-08-RP-0194 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 531120 with a small business size standard of $6,500,000. This requirement is a Small Business set-aside and only qualified offerors may submit a quote. The deadline for submitting quotes is: Friday, July 18 at 2:00 PM EST. The Department of Veterans Affairs, Buffalo Vet Center has a requirement for new leased commercial office space. This requirement includes an initial 12-month base term, followed by nine (9) option years. Minimum Specifications for New Vet Center: Total Minimum: 3000 net usable sq. ft. Minimum specifications are as follows: (1) 4 Offices for Counseling, 1 Office for Team Leader, and 2 Group counseling Rooms able to accommodate 10 individuals each - rooms shall be insulated with sound deadening material to include ceiling. Shall include floor to ceiling walls with doors. (2) Waiting Room/Reception area (3) Office for the Office Manager - space shall be configured to accommodate government provided file cabinet(s) (4) Kitchen / Break Room - shall include contractor-provided kitchen cabinets, sink, refrigerator, and kitchen table and chairs for four individuals. (5) Restrooms (2) Male and Female -Handicap accessible. (6) File/Administration Room - 250 sq. ft. minimum and secured to hold patient mental health records, copier, fax, clinical supplies (government owned property). Shall include floor to ceiling walls. Self closing door with contractor provided automatic locking, keyless entry shall also be included. (7) Storage room - 175 sq. ft minimum (8) Parking Spaces - for 15 vehicles minimum, including 3 handicapped only spaces. (9) Handicap Accessible Entrance and Egress and handicap accessible rest rooms. (10) Computer/Phone Requirements: shall include 6 computer ports: 1 each counseling office, 1 Team Leader, 1 Office Mgr. office 10 phone jacks: 4 counseling office, 1 Team Leader, 1 Office Mgr. office, 1 lunch room, 1 waiting area, 1 admin area, 1 group counseling room 1 fax line in admin office All IT equipment will to be provided/set-up by Government personnel. Contractor is responsible for ensuring proper ports/jacks are available for use. Utilities - Government will pay for all utilities including gas, electric, phone, internet, water, garbage, etc. In the event any of these costs are included in the price of rent; please indicate-so in your proposal. Quote Instructions - Offeror's shall submit a 3-page (maximum) technical quotation that addresses each of the factors listed below, with the exception of item 6. The government will arrange a site visit should your quote receive a rating of "pass" based on your response to items 1to 5. NOTE: In the event that space will be configured to meet the Government's minimum requirements, drawings and a further build-out explanation may be included. There is no page limitation for drawings/build-out explanation. Evaluation - Quotes received will be evaluated on a pass/fail basis as follows: (1)Ability to meet the Government's minimum requirements for net square feet and rooms/areas. (2)Within a 5 mile radius of the Buffalo VA Medical Center - 3495 Bailey Ave., Buffalo, NY 14215 for easy access for VA Clients who also may have appointments/business at the VA Medical Center. (3)Within a 5 mile radius of the I-290 for easy access for suburban VA Clients. (4)Space is situated within a half-mile of public transportation (i.e. bus/subway) for VA Clients traveling via public transportation. (5)Space is available for move-in between November 1, 2008 and February 1, 2009. (6)Inspection of site (conducted via Site Visit) by Government Personnel. Government evaluators will assess the following on a pass/fail basis: (a) is the building structurally sound/free of damage/decay and in good working condition, (b) is the building in an easy to find location for VA clients, and (c) is the interior of the building (i.e. carpet/paint/walls/ceiling tiles, etc.) in good condition and up-to-date. Price Quote Instructions: Offerors shall propose a firm-fixed-price on a per year basis. Please provide an annual rent charge for the 12-month base year that includes any build-out costs. Also include the price of each of the 9 option years. The vendor that receives a rating of "pass" in items 1 - 6 above at the lowest price will receive the award. Payment terms: Payment will be made in arrears on a monthly basis. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors and 52.212-3, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offerors are required to submit on-line reps & certs (see https://orca.bpn.gov/). Submit your quote via email by Friday, July 18 at 2:00 PM EST. to Mr. Joshua Bowers at Joshua.bowers@va.gov For questions, contact Mr. Bowers at 716-862-6536.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=73757636c6bec2227fe94815a6d4a73d&tab=core&_cview=1)
 
Record
SN01601841-W 20080628/080626220638-73757636c6bec2227fe94815a6d4a73d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.