Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOURCES SOUGHT

X -- Fayetteville Vet Center Lease

Notice Date
3/4/2020 1:15:35 PM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620R0075
 
Response Due
3/20/2020 12:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
David DillingerDavid.Dillinger@va.gov
 
E-Mail Address
David.Dillinger@va.gov
(David.Dillinger@va.gov)
 
Awardee
null
 
Description
. 1/4 REQUEST FOR EXPRESSIONS OF INTEREST (LEASING OPPORTUNITY) FAYETTEVILLE, ARKANSAS REQUEST FOR EXPRESSIONS OF INTEREST (LEASING OPPORTUNITY) for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) / Veteran-Owned Small Businesses (VOSB) Fayetteville, Arkansas Notice This advertisement is a notice of a potential opportunity. This Request for Expressions of Interest (the advertisement ) is not a solicitation for offers, nor is it a request for proposals. Respondents are advised that the Government assumes no responsibility to award a Lease based upon responses to this advertisement. 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 in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. This Sources Sought Notice is to identify potential sources for information and planning purposes only and is not intended to pre-qualify or disqualify any potential Respondents. The purpose of this Sources Sought is to conduct market research to determine if responsible and qualified sources exist to redevelop the assets described in Section Ill. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. The information gained from this Sources Sought will be used to assist the Government in determining if this development opportunity can be competitive and/or a total Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) Set-Aside. The Government will use this information to determine the best acquisition strategy for this procurement. SDVOSBs and VOSBs are encouraged to participate in this Market Research. The Government requests that interested parties respond to this Notice with the specific information requested in Sources Sought Response Requirements Section V. of this Notice and identify their small business status. Only SDVOSBs and VOSBs are encouraged to participate in this Market Research. VA is seeking information on the SDVOSB / VOSB Respondents qualifications only to confirm the Respondents capability to perform a minimum of 51% of the development opportunity described in this Notice. Contractors/Institutions responding to this market research should be aware that participation in this survey may not ensure that they qualify for any underlying future solicitation or contract award. Additionally, responding to this Sources Sought Notice is NOT a prerequisite to respond to any future subsequent solicitations. The government will not reimburse participants for any expenses associated with their participation in this Sources Sought. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of the information contained in this Notice. Overview and Objectives The United States Department of Veterans Affairs (VA), is seeking expressions of interest from qualified lessors including SDVOSBs and VOSBs to serve as a Lessor for purposes of creating a twenty (20) year lease, with 10 years firm term for the Fayetteville Vet Center, a 5,613 RSF (4,158 NUSF) office facility with adjacent parking. For purposes of this effort, the Developer would be a non-VA entity who has the qualifications outlined in Section V of this Notice. III. Project Scope The intent of this Notice is to determine if there are qualified lessors including SDVOSB or VOSB that can provide adequate office space of 4158 NUSF, including adjacent parking, within the Delineated Boundary described below. 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. To be considered, offered properties must be located within delineated area described below. VA will only consider existing buildings. The intent of this Notice is to determine if there are qualified SDVOSB or VOSB Landlords that can provide adequate alternative office space of 4,158 NUSF square feet together with adjacent parking within the described Delineated Area described in the attached map: The Developer would undertake all necessary activities to produce an office space location, together with its build� out per VA specifications and requirements, and provide moving costs to the VA, at a rental rate at or below currently being paid by the VA in its existing location at 1416 N College Avenue, Fayetteville, AR 72703 Background The VA currently leases space at the afore noted location and is seeking to evaluate the market conditions for a replacement lease which will provide a location which will be suitable for the Fayetteville Vet Center operation at or better than current location and lease rate. The proposed location must incorporate any requisite tenant improvements for the operation, minimum parking (25 adjacent parking spaces with at least 4 handicap qualified and mark spaces), and moving costs at a lease rate competitive to the existing location. Location shall be required on or before Fall, 2020. 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: North Boundary: E Township Street South Boundary: E Dickson Street East Boundary: N Garland Avenue West Boundary: Old Wire Road/N Mission Boulevard V. Sources Sought Response Requirements VA is seeking qualified SDVOSB / VOSB Landlords to include SDVOSB/VOSB who have a proven company track record of: Existing office rental facilities within the d Delineated Area; Financial wherewithal required to successfully build-out the premises to meet the Vet Center requirements and specifications; Operating capabilities to manage facility as Lessor. Note: VA is seeking information on the SDVOSB / VOSB Respondents qualifications to confirm the Respondents ability to perform a minimum of 51% of the leasing opportunity described in this Notice. Responses should be submitted on official letterhead, must include a point of contact and the signature of at least one organization officer. Responses must address the following elements in sufficient detail to highlight the SDVOSB / VOSB Respondent s ability to undertake the Principal Developer scope as set forth in this Sources Sought Notice. Responses must be single spaced with a minimum 12-point Arial font. VA reserves the right to eliminate a property that fails to provide sufficient information. Response content should consist of the following: Section 1: Business Information Please provide the following for your company: Name of Owner. Address or locational description of the building. Age of building. Total existing gross square feet. Site plan depicting the building and parking. Floor plan of the proposed space. Identification of on-site parking to be dedicated for VA s use. A map demonstrating the building is within the delineated area. Description of ingress/egress to the building. FEMA map evidencing that the building lies outside the 100-year floodplain. Building owners must provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building must provide evidence of permission or authority granted by property owner to submit the building to VA for development. Any information related to title issues, easements and restrictions on the use of the building. A description of any planned land development or construction which will affect the building including neighboring projects and road/ utility line construction. ADDITIONAL REQUIRMENTS: (1) Offered space must be located on one (1) contiguous floor. (2) Offered space cannot be in the FEMA 100-year flood plain. (3) Offered space must be zoned to allow for medical office use. (4) 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 that are zoned for low occupancy uses. (5) Offered space will not be considered if located in close proximity to primarily residential or heavy industrial areas as determined by VA. (6) Space will not be considered where apartment space or other living quarters are located within the same building. (7) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping as determined by VA. (8) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department as determined by VA. (9) Offered space must be located in close proximity to public transportation, or have access to public transportation by time of VA occupancy as determined by VA. (10) Offered space must be easily accessible to multiple highways which provide multiple routes of travel. (11) 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. (12) Hours of operation: 8:00 am to 4:00 pm Monday through Friday, but accessible to VA personnel 24 hours per day, 7 days per week. (13) A fully serviced lease is required. (14) Offered space must be compatible for VA s intended use. Parking Requirements: On-site parking must 1) be fully compliant with local laws, rules and regulations and: 2) include at least twenty-five (25) spaces or meeting minimum code requirements, whichever is most stringent. 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 (available at 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). All submissions should include the following information: Name of current owner; Address or described location of building; Location on map, demonstrating the building or land lies within the Delineated Area; Description of ingress/egress to the building; A statement as to whether the building lies within the Delineated Area; 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 building, including neighboring projects and road/utility line construction. Site plan depicting the property boundaries, building, and parking; and (11) Floor plan and NUSF and rentable square footage of proposed space; (12) If you are qualified as a small business, 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 read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.; (13) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space; (14) A description of any changes to the property necessary to be compatible with VA s intended use; (15) A statement indicating the current availability of utilities serving the proposed space or property. (16) Although evidence of ownership or control of the building is not necessary at this stage of the procurement, respondents are encouraged to provide evidence. Evidence of ownership or control of the building will be required once the SFO is issued. Non-Owners (e.g. prospective developers/lessors) submitting a building or land must provide evidence of permission or authority granted by property owner to submit the property to VA for development. Company Name Address Point of Contact Phone Number E-mail Address Web Page URL DUNS CAGE Code Based on the NAICS Code 531120 Lessors of Nonresidential Buildings identified in the Sources Sought, please state whether your company is: Service Disabled Veteran Small Business* (Yes/ No) Veteran Owned Small Business* (Yes / No) Small Business (Yes/ No) Woman Owned Small Business (Yes/ No) Small Disadvantaged Business (Yes/ No) 8(a) Certified (Yes/ No) HUBZone Certified (Yes/ No) If your company is SDVOSB and/or VOSB, please attached VIP verification. Section 2: Qualifications to Undertake this Development Opportunity Corporate Overview: Provide overview of SDVOSBNOSB Respondent s organization; indicate type of organization (for-profit, non-profit, etc.) and core business activities; specify age of organization; identify leadership. Commercial Development and Management Portfolio: Summarize the SDVOSB / VOSB Respondents similar development/ management experience and provide brief descriptions of a project within the Delineated Area that the SDVOSB / VOSB respondent has available for lease, including any associated tenant improvement work, within the last 10 years. Include information such as: name, location, description of building type, number of lease units available (specify market rate, office, industrial, flex, etc.), associated project infrastructure, new construction/renovation, age, the number of years involved with the development, and the role of the SDVOSB / VOSB Respondent. Financial Wherewithal : Provide evidence of your firm s financial wherewithal to develop similar premises and attach supporting documentation. Deadline to Submit Responses to Notice Any and all questions regarding the contents of this Notice should be submitted via email to David.Dillinger@va.gov; with a copy to dnmoody@amerivetres.com and ekiser@ngkf.com by March 2018, 2020 at 3:00pm CST. Questions will be answered as an amendment to from the Department of Veterans Affairs; Chief, A&MMNCO16 (90C/NLR); Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114-1706 Place of Performance: Fayetteville Ale, AR 72703 USA Attachment - Small Business, 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 in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. VA makes monthly lease 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. Project Requirements: VA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site for a term of twenty (20) year, with 10 years firm term, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. SDVOSB, VOSB, and Small Business 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, Dunn & Bradstreet 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 your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 6. 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 Company name: Company address: Dunn & Bradstreet 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 nusf). (3-page limit); Evidence of the company s bonding capacity to meet a bid bond of $100,000, and payment and performance bonds in the range above from surety; 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
SAM.gov Permalink
(https://beta.sam.gov/opp/d9b15940ee794323b64c2aaf2be072aa/view)
 
Place of Performance
Address: Fayetteville, AR 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN05579910-F 20200306/200304230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.