DOCUMENT
X -- The Department of Veterans Affairs Seeks Expressions of Interest for 48,425 Net Usable Square Feet of Clinic Space in Tyler, TX - Attachment
- Notice Date
- 3/24/2015
- Notice Type
- Attachment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I St., NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- TylerTXCFM
- Response Due
- 4/12/2015
- Archive Date
- 7/11/2015
- Point of Contact
- Public Properties
- E-Mail Address
-
100<br
- Small Business Set-Aside
- N/A
- Description
- Tyler, TX The Department of Veterans Affairs Seeks Expressions of Interest for 48,425 Net Usable Square Feet of Clinic Space in Tyler, TX Notice: This is not a solicitation for offer, nor a request for proposals. VA will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the VA assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management (003C4A), 425 I. Street, NW, Room 6E505L, Washington, DC 20001; Att: Ms. Hong Hitchings, Contracting Officer. Description: VA seeks to lease approximately 48,425 net usable square feet (NUSF) of space (or approximately 60,000 gross square feet) for use by VA as a Community Based Outpatient Clinic (CBOC) in Tyler, TX. VA will consider space located in an existing building as well as land for new construction. NUSF is generally defined as the space remaining once common areas, lessor areas, and areas required by code are deducted from the rentable square feet of the facility. NUSF 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 solicitation for offers or request for proposals be issued for this project. Existing Space Space in an existing building must be located on no more than two (2) contiguous floors and all space on each floor must be contiguous. If space offered is on two floors, a minimum of one passenger elevator and one freight elevator must be provided. The building must be able to comply with Americans with Disabilities Act and meet security requirements as set forth in the Interagency Security Committee Standards and Best Practices (http://www.dhs.gov/interagency-security-committee-standards-and-best-practices) and 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). Land New construction requires a minimum of 6.5 acres of developable land. Complying with all local laws, rules and regulations, the land must be sufficient size and proportions to accommodate the required space on one (1) floor as well as provide sufficient security setbacks. The land must also accommodate the parking requirement as surface parking. Parking Requirements On-site parking must 1) be dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations; and 3) total no less than 327 parking spaces. Parking spaces shall be handicapped designated in accordance with local code. All spaces shall be sized in accordance with design standards as described in the VA Lease Based Outpatient Clinic Design Guide (http://www.cfm.va.gov/til/dGuide.asp). The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov). Delineated Area: To receive consideration, submitted properties must be located within the following delineated area: Beginning at the intersection of the N. Northwest Loop 323 and Highway 64 W (W. Erwin Street) travel west on Highway 64 to the intersection with Greenbriar Road. Turn left on Greenbriar Road and travel south to Highway 31 W. Proceed west on Highway 31 to Spur 364. Turn left on Spur 364 and travel southeast to Greenbriar Road. Turn right on Greenbriar Road and proceed south until it intersects with Route 155 (N. Frankston Highway). Turn right on Route 155 and proceed south for approximately ½ mile to toll road TX-49. Proceed east on TX-49 until it terminates at Highway 756 (Paluxy Drive). Turn right and travel south on Highway 756 for approximately 2 miles to Highway 346 (W. Main Street). Travel east on Highway 346 to Highway 848 (Bascum Road). Turn left on Highway 848 and proceed north/northeast to Highway 64 E. Turn left on Highway 64 E. and travel west for 2.5 miles to Spur 124 (Old Henderson Highway). Proceed northwest on Spur 124 until it intersects with S. Southeast Loop 323. Travel north on S. Southeast Loop 323 which turns into N. Northeast Loop 323 after Commerce Street to the intersection E. Northeast Loop 323. Turn left on E. Northeast Loop 323 and travel west until it intersects with Highway 64 (W. Erwin Street). The following map is provided for further clarification of the boundaries of the delineated area: Lease Term: VA requires a lease term of up to 20 years. Offerors will be required to provide two lease options; 1) a 20-year firm term and 2) a 15-year firm term with one 5-year renewal option. VA reserves the right to request other lease structures. Submission Requirements: Properties must be identified in accordance with the following two (2) categories: 1. Existing Building, or 2. Land (1-step) to be fully developed and space constructed by the submitting party in accordance with VA requirements. Please provide the basic information and descriptions pertaining to the building or site you propose for consideration by VA. VA's assessment of your building or land will be dependent on the information you provide. VA reserves the right to eliminate a property that fails to comply with the requirements herein. All submissions should include the following information: (1)Name of owner; (2)Address or described location of building or land; (3)Location on map, demonstrating the building or land lies within the delineated area; (4)Description of ingress/egress to the building or land; (5)A statement as to whether the building or land is currently zoned for medical and medical office use; (6)Description of the uses of adjacent property; (7)FEMA map evidencing that the property lies outside the 100-year floodplain; (8)A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes; (9)Evidence of ownership, if building/site 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. (10)Any information related to title issues, easements, or restrictions on the use of the building or land; and (11)A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction. For land, provide the following additional information: (1)Size of parcel, amount (or range) of developable acreage offered, and an indication of how the site addresses the requirements described in this advertisement; (2)Site plan, boundary and topographic surveys and/or plat map of the site indicating the location of the parcel offered; and (3)Map or site plan showing location of utilities, easements, adjacent roads, and any information regarding issues that may affect the potential development of the parcel. For existing buildings, provide the following information: (1)Age of building; (2)Total existing gross square feet, and gross square feet per floor; (3)Site plan depicting the building and parking; (4)Floor plan and gross square footage of the proposed space; and (5)Identification of on-site parking to be dedicated for VA's use. (6)Documentation showing compliance with seismic requirements, if any, for the location of the property. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this requirement that meet VA's minimum criteria. The Contracting Officer will make an initial evaluation to determine if the offered buildings/sites meet VA's criteria as listed within this advertisement. If the site meets VA's criteria, the market survey team will evaluate properties as follows: 1. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria. 2. One-step land 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 Friday, April 12, 2015, 4:00 p.m. EST. In order to receive a Solicitation for Offers, and correspondence prior to the submission of offers, please submit your property information to: Public Properties 3210 Grace Street, NW Suite 100 Washington, DC 20007 Attention: Lorena JewartEd Brennan ljewart@ppwashdc.comebrennan@ppwashdc.com 202-652-4197202-652-4194 With a copy to: Ms. Hong Hitchings Contracting Officer United States Department of Veterans Affairs (VA) Office of Construction & Facilities Management (003C4A) 425 I Street, NW, Room 6E406B Washington, DC 20001 202-632-5880 Hong.hitchings@va.gov Pre-Solicitation Announcement: Should VA elect to follow a one-step procurement, prior to issuing a Solicitation for Offers VA will publish a list of sites that it has determined to be acceptable as a result of the Market Survey. VA will also publish the contact information of each acceptable site's owner or owner's agent. Making this information available is intended to increase competition amongst developer-offerors and sites. VA will not publish a pre-solicitation announcement for a procurement of existing buildings. RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ANNOUNCEMENT and THE GOVERNMENT WILL PAY NO MORE THAN THE APPRAISED FAIR MARKET VALUE FOR RENTAL SPACE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/TylerTXCFM/listing.html)
- Document(s)
- Attachment
- File Name: VA101-15-AP-0145 VA101-15-AP-0145.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936038&FileName=VA101-15-AP-0145-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936038&FileName=VA101-15-AP-0145-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-15-AP-0145 VA101-15-AP-0145.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936038&FileName=VA101-15-AP-0145-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Office of Construction and Facilities Management;245 I St, NW;Washington, DC
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN03677765-W 20150326/150324235541-27f3701b6ade39ef27595a1095b6e5ab (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 |