DOCUMENT
X -- Peru CBOC New/Replacement Lease - Attachment
- Notice Date
- 5/14/2018
- Notice Type
- Attachment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- 36C25018R0213
- Response Due
- 5/29/2018
- Archive Date
- 8/27/2018
- Point of Contact
- Lee Morris
- E-Mail Address
-
ant<br
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 7 PERU, INDIANA FED-BIZ-OPPS-NOTICE 36C25018R0213 The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 19,500 Net Usable Square Feet of Existing Space in Peru, Indiana 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, and is not intended to pre-qualify or disqualify any potential offers. 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; 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. Description: VA seeks to lease approximately 19,500 net usable square feet (NUSF) and 100 parking spaces for use by VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below within Peru, Indiana. VA will consider space located in an existing building as well as new construction or a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only. NUSF 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 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. Lease Term: Up to 20 years. (1) Offered space must be located on a single floor, (2) Bifurcated sites, inclusive of parking, are not permissible, (3) The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage, (4) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet, (5) Offered space cannot be in the FEMA 100-year flood plain, (6) Offered space must be zoned for VA s intended use, (7) Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths, (8) Space will not be considered where apartment space or other living quarters are located within the same building, (9) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping, (10) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department, (11) Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building, (12) Offered space must be easily accessible to multiple highways which provide multiple routes of travel, (13) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers, (14) Structured parking under the space is not permissible, (15) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals, (16) A fully serviced lease may be required, (17) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name of current owner; Address, floorplan and NUSF and RSF, and pictures of offered space; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, and A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Drawing of new building being constructed, schedule of completion date; types of restrictions; (10) If you are qualified as a 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 $38.5 million, please provide proof of Vetbiz registration. Exhibit A, Capability Statement is attached and must be returned. (11) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space; All interested parties must respond to this announcement no later than May 29, 2018 1:00PM. EST. Email to: Lee.morris@va.gov. and Lee.grant@va.gov Market Survey (Estimated): June 12, 2018 Occupancy (Estimated): 2019 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: SEE DELINEATED AREA MAP Additional Requirements: Delineated Areas for Peru Replacement CBOC Peru (Miami County) North: Highway 24 East: E Lovers Lane Rd South: Wabash River West: Highway 31 Grissom Joint Air Base (Miami County) North: State Highway 218 East: Highway 31 South: County Road 800 South West: Miami County Line Kokomo (Howard County) Within the 4th Congressional District and the below boundaries: North: County Road 300 North East: Highway 35 South: Highway 22 West: County Road 200 West Exhibit A Capabilities Statement Attachment - VOSB or SDVOSB Status The NAICS Code for this procurement is [531120 Lessors of Nonresidential Buildings], and the small business size standard is [$38.5 million]. Responses to this notice will assist [VA s Leasing Team in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC § 8127. The magnitude of the anticipated construction/buildout for this project is g : __ (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; __ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; _x (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 rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. 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. Project Requirements: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, 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, at a fair and reasonable price. More information on VA s requirements can be found on its Technical Information Library: https://www.cfm.va.gov/til/leasing.asp. SDVOSB and VOSB 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, Experian Business Identification 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 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET [City, State, Project Type] Company name: Company address: Experian Business Identification Number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); Evidence of ability to offer as a small business under NAICS Code [531120] and listing in the System for Award Management (www.SAM.gov), with representations and certifications; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific RSF). (3-page limit); and Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. By: _________________________________________________ (Signature) __________________________________________________ (Print Name, Title)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25018R0213/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018R0213 36C25018R0213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303043&FileName=36C25018R0213-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303043&FileName=36C25018R0213-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018R0213 36C25018R0213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303043&FileName=36C25018R0213-000.docx)
- Record
- SN04921308-W 20180516/180514230713-76b01c9615a9a37826bece42793122e0 (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 |