DOCUMENT
X -- Houston TX Domiciliary - Attachment
- Notice Date
- 8/19/2016
- 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 20001
- ZIP Code
- 20001
- Solicitation Number
- VA10116R0207
- Response Due
- 9/16/2016
- Archive Date
- 12/24/2016
- Point of Contact
- Dan Marshall, Broker
- E-Mail Address
-
5th
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Houston, Texas The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 35,827 Net Usable Square Feet of Domiciliary Space in Houston, TX Notice: This is not a solicitation for offers, nor is it a request for proposals. The Government will not pay for any costs incurred as a result of 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), Office of Construction & Facilities Management, Office of Facilities Acquisition, (003C4), 425 "Eye" Street, NW, Washington, DC 20001. Description: VA seeks to lease approximately 35,827 net usable square feet (NUSF) (or approximately 41,200 rentable square feet) of space and no less than 80 parking spaces for use by VA for the Domiciliary Care for Homeless Veterans (DCHVP) Residential Rehabilitation Program in Houston, Texas. The program provides homeless Veterans with state-of-the-art, high quality residential rehabilitation. The program provides homeless Veterans access to medical and psychiatric treatment. The facility will provide 24 hours, 7 day days a week rehabilitation services. 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 (4) four contiguous floors. If space offered is on more than one floor, a minimum of (1) one passenger elevator. 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: Complying with all local laws, rules and regulations, the land must be sufficient size and proportions to provide minimum security setbacks of twenty-five (25)' feet and to accommodate the required space on no more than (3) three contiguous floors. The land must also accommodate the parking requirement on site. The completed building must a) comply with Architectural Barriers Act Accessibility Standards and meet the security requirements as set forth in the Physical Security Design Manual for VA Life-Safety Protected Facilities (http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecLS.pdf). 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 80 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 Solicitation for Offers. 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 delineated area, which is bound by the following roads or must front on any of the following roads: North: I-10 East to I-45 East:I-45 South to Airport Road South:Airport Road West to South Freeway West:South Freeway North to Loop 610 West to I-10 The attached map of the delineated is provided for further clarification of the boundaries of the delineated area. Lease Term: Up to 20 (twenty) years. Submission Requirements: Properties must be identified in accordance with the following four categories: 1. Existing Building; or 2. Land to be fully developed and space constructed by the submitting party in accordance with VA requirements ("One-step"); or 3. Land to be optioned by VA for development and construction by a party to be selected by VA through a competitive process ("Two-step"); or 4. A clearly stated combination of any of the above. Please provide the following basic information and descriptions pertaining to the building or site you propose for consideration by VA. VA assessment of your building or land depends 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 domiciliary and medical office use; (6)Description of the uses of adjacent property and access to moderately priced fast-food and /or eat-in restaurants; (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 bus and/or train stop within a walkable 2,4640 feet (0.5 miles of the entrance of offered property), and major transportation routes, or possible solutions to provide access to public transportation (shuttle bus, or new designated stop, etc.) and; (9)Evidence of ownership, if building/site submitted by owner (tax bill or deed will suffice). 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 plot 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 proposed space; and (5)Identification of on-site parking to be dedicated for VA's use. 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. 3. Two-step land will be scored and each site ranked in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than September 16, 2016, 4:00 p.m. EST. ELECTRONIC SUBMISSIONS SHOULD NOT EXCEED 5 MB. In order to receive a Solicitation for Offers, and correspondence prior to the submission of offers, please submit your property information to: Dan Marshall, Broker ISI Professional Services 1201 15th Street, NW, Suite 200 Washington, DC 20005 (202) 263-0881 dmarsh@isiwdc.com With a copy to: Kent Walker, COR Department of Veteran Affairs 425 I Street, NW (003C1E) Washington, DC 20001 (202) 632-5129 Kent.Walker@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 or a Two-step procurement. RESPONDENTS ARE ADVISED THAT 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 LAND AND FOR RENTAL SPACE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10116R0207/listing.html)
- Document(s)
- Attachment
- File Name: VA101-16-AP-0260 VA101-16-AP-0260.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2955583&FileName=VA101-16-AP-0260-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2955583&FileName=VA101-16-AP-0260-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-16-AP-0260 VA101-16-AP-0260.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2955583&FileName=VA101-16-AP-0260-000.docx)
- Record
- SN04232309-W 20160821/160819234802-c5c7449c08b72c53e67438853bee6827 (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 |