Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2018 FBO #6194
DOCUMENT

X -- CARIBOU COMMUNITY BASED OUTPATIENT CLINIC (CBOC) - Attachment

Notice Date
11/6/2018
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
36C24119R0010
 
Response Due
11/21/2018
 
Archive Date
12/21/2018
 
Point of Contact
YOLANDA COTTEN
 
E-Mail Address
yolanda.cotten@va.gov
(YOLANDA.COTTEN@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA) desires to lease space in CARIBOU, MAINE to accommodate approximately 7,500 rentable square feet (RSF) for use as a Community Based Outpatient Clinic (CBOC). Offered space must be on one contiguous floor, and shall provide between 7,500 to 8,000 RSF of space. Please note that Rentable Square Feet (RSF) does include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. On-site parking for 40 (forty) vehicles is required, of which at least 7 (seven) spaces must be ADA compliant. All parking will be included in the lease. The lease term requirement is for a firm 5 years with three 5-year options. The VA would like to move into the space, after it is renovated to VA standards, as soon as is possible. Identify when the space is available. This will be a full-service lease including heat, electricity, water, snow removal, trash, toilet supplies, janitorial services and supplies. Proposed Property shall not be located within the 100-year flood plain. The space can either be a freestanding building or space within an existing building and preferably located on the ground floor. Class A or Class B office/clinical space is required with automatic doors at the front entrance. An elevator will be required if desired space is not on the ground floor. Upper floors must have a minimum of two elevators. One accessible elevator may serve as freight elevator. Space offered must be in a quality building of sound and substantial construction; either a new, modern building or one that has undergone first class restoration or rehabilitation for the intended use. All exam/treatment rooms must have sinks with hot and cold water. The building must have the access to T-1 communication and voice lines at the demarcation room; all clinical rooms, offices and administrative areas require wiring for telephone and Cat-6 Ethernet data lines. All space must be handicapped accessible in accordance with the Uniform Federal Accessibility Standards (41 CFR 101-19.6, App.A). THE DELINEATED AREA IS: NORTH: 5 MILES NORTH OF CARY MEDICAL CENTER EAST: 2 MILES EAST OF ROUTE 1 SOUTH: 5 MILES SOUTH OF THE AROOSTOOK MEDICAL CENTER WEST: 2 MILES WEST OF ROUTE 1 The general area surrounding the location should be consistent with the delivery of healthcare services. The location should be in an area that has low criminal activity to ensure the safety of Veterans, Staff and Visitors. Special consideration will be given for sites on or in close proximity to public transportation routes and retail amenities, along with close proximity to emergency medical facilities. Evidence of existing zoning and/or city approval to be zoned properly for the use must be provided. VA will conduct a market survey of properties meeting the requirements of this advertisement. Complete access of all properties will be required at the time of the of the market survey. The Government will pay no more than the appraised fair market rental value for the space. Brokers or legal representatives must show written acknowledgement with permission to represent the property. Property owners and developers must provide written proof of ownership or control of the property at the time of submission of initial bids. Interested offerors (Owners, Brokers or Legal Representatives) shall reply by email to Yolanda Cotten at yolanda.cotten@va.gov or U.S. Mail no later than 5:00 PM (EDST) on November 21st, 2018. Physical address (must be postmarked on or before November 21st, 2018): Department of Veterans Affairs - Boston Healthcare System Network Contracting Office 1 Mail Code (90C) 940 Belmont Street Brockton, MA 02301 774-826-3412 (Voice) Email: Yolanda.Cotten@va.gov RESPONSES MUST INCLUDE: -Name, floor and address of the proposed property -Proof of ownership -Pictures of property -Statement that access to T1 communication lines is available -Map/proof the proposed property is within the delineated area -Proof that the property is not in the 100-year flood plain -Proof that the parking requirements can be met -Proximity to Public Transportation Please Note: This posting is not a solicitation for offer, nor is it a request for proposals. A solicitation for offer may be issued by the Department of Veterans Affairs at a later date. Only the information listed above should be provided in response. The VA will not enter into any sublease or ground lease. All offerors that want the VA to enter into a sublease or ground lease will not be considered. BE ADVISED THAT VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS POSTING.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/36C24119R0010/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24119R0010 36C24119R0010_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4670612&FileName=36C24119R0010-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4670612&FileName=36C24119R0010-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05144177-W 20181108/181106230813-8b146e92f0f09b8eabfc1b58d413a61b (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.