Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

X -- Vet Center Lease

Notice Date
9/10/2008
 
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-RQ-0253
 
Response Due
10/10/2008
 
Archive Date
12/9/2008
 
Point of Contact
Joshua BowersSENIOR PROCUREMENT ANALYST/CONTRACTING OFFICER<br />
 
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 VA-528-08-RP-0253 (which replaces VA-528-08-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, October 10, 2008 at 2:00 PM EST. The Department of Veterans Affairs, Buffalo Vet Center has a requirement for new leased professional office space (Class B or above). This requirement includes an initial five (5) year base term and one five (5) year renewal term subject to available funding. Minimum Specifications for New Vet Center: Total Minimum: 3000-3500 net usable sq. ft. Minimum specifications are as follows: (1) 4-5 Offices for Counseling, 1 Office for Team Leader, and 2 Group Rooms able to accommodate 10 individuals each - rooms shall be insulated with sound deadening material. Shall include floor to ceiling walls with doors. (2) Waiting Room/Reception area sufficient to accommodate 8 chairs. (3) Office for the Office Manager - space shall be configured to accommodate government provided file cabinet(s) and shall be located adjacent to the entrance/waiting room. (4) Kitchen / Break Room - shall include contractor-provided kitchen cabinets, sink, and refrigerator. (5) Restrooms (2)-- Male and Female -Handicap accessible. Restrooms shall be located either within the office suite or on the same floor in a common area. An additional, separate unisex handicapped accessible restroom is acceptable. (6) File/Records Room - 200 sq. ft. minimum and secured to hold patient 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 space - 175 sq. ft minimum-consisting of one room or multiple closets. (8) Parking-Either designated Vet Center spaces or regularly available access to 13regular and 2 handicapped spaces. Handicapped accessible spaces shall be adjacent to handicapped accessible building entrance. (9) Handicap Accessible Entrance and Egress and handicap accessible rest rooms. A minimum of two emergency exits from the office suite and building is required. (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 admin area, 1 group room, 1 other 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 -Offeror shall specify if utilities will be included in rent. If not, estimated monthly/annual utility costs must be provided. Additional Services-Offeror shall state whether or not garbage collection, snow plowing, and custodial/janitorial services are included in the proposal, with cost estimates if they are not. 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 as well as handicapped accessibility. (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 2 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 February 1, 2009 and April 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. The proposed space shall also meet all VA fire and safety requirements. Price Quote Instructions: Offerors shall propose a firm-fixed-price on a per year basis. Please provide an annual rent charge for the 5 year base period. Also include the price of 5 year option period. The proposal shall include any proposed build out costs which will be born by the Government. 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, October 10 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=bc9bae742300be374bd5b0bc13e0697b&tab=core&_cview=1)
 
Record
SN01666578-W 20080912/080910223348-bc9bae742300be374bd5b0bc13e0697b (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.