SOURCES SOUGHT
X -- OREGON - EUGENE - BHHRS - NEW REPLACING
- Notice Date
- 9/2/2020 12:53:18 PM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020R0071
- Response Due
- 10/1/2020 3:30:00 PM
- Archive Date
- 10/11/2020
- Point of Contact
- William Maddox, Leasing Specialist, Phone: 360-531-7651
- E-Mail Address
-
William.Maddox@va.gov
(William.Maddox@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Presolicitation Notice Eugene Oregon, Behavioral Health Recovery and Reintegration Service (BHRRS) The U.S. Department of Veterans Affairs (DVA) Seeks Expressions of Interest to lease 17,539 ABOA square feet of Space in Eugene Oregon The Department of Veterans Affairs (DVA) seeks to lease the following space: Space Type: Behavioral Health Recovery and Reintegration Service (BHRRS) Rentable Square Footage: 23,678 SF (17,539 ABOA SF) Lease Term: 15 Years / Firm Term: 10 years; Soft Term: 5 years Estimated Occupancy: July 21, 2022 Delineated Area: See below Notice This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor 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 because 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and DVA Acquisition Regulation 819.70. Description The DVA seeks information from Potential Offerors who are capable of successfully performing a lease contract, either in an existing building, or including design and construction of the facility on a DVA pre-approved site, as well as all maintenance and operational requirements for the duration of the lease term. More information on DVA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. DVA seeks to lease an estimated 23,678 Rentable Square Feet (17,539) American National Standards Institute (ANSI)/Building Owners and Managers Association (BOMA) (ABOA) square feet of space and one hundred and fifty (150) parking spaces for use as a Behavioral Health Recovery and Reintegration Service (BHRRS) in the delineated area (shown below) within the Eugene, OR area. ABOA (also known as useable) 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 (RSF) of the facility. ABOA 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 DVA, should a solicitation for offers or request for lease proposals (RLP) be issued for this project. Beneficial Occupancy (Estimated): July 2022 Contracting Office and Expression of Interest Submission All Interested parties (owners, brokers, or their legal representatives) should submit Expressions of Interest electronically or in hard copy no later than 15:30 p.m. Pacific Time on October 1, 2020 to DVA s representative below: Department of Veterans Affairs Attn: William Maddox, Real Property Lease Administrator 5115 NE 82nd Avenue, Suite 203 Vancouver, WA 98662 Subject: Eugene BHRRS William.Maddox@va.gov Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this Sources Sought Notice. Evaluation This Sources Sought Notice is being issued to determine if the solicitation should be set aside for small business. The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $41.5 million. Lease Term 10-years firm, 5 years soft term. DVA reserves the right to request other or multiple lease structures. DVA 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. DVA makes no progress payments during the design or tenant improvements/build-out phases of the project. Tenant Improvements/Buildout The magnitude of the anticipated tenant improvements/buildout for this project is: Selection Anticipated Magnitude Less than $25,000; Between $25,000 and $100,000; Between $100,000 and $250,000; Between $250,000 and $500,000; Between $500,000 and $1,000,000; XXXXXXX Between $1,000,000 and $2,000,000; Between $2,000,000 and $5,000,000; Between $5,000,000 and $10,000,000; Between $10,000,000 and $20,000,000; Between $20,000,000 and $50,000,000; Between $50,000,000 and $100,000,000; More than $100,000,000. Delineated Area To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting any of the following boundary lines will also be considered: North Boundary: Intersection of Martinique Ave and Grand Cayman Drive South Boundary: Harlow Road East Boundary: Martin Luther King Jr. Parkway West Boundary: Coburg Road Please see the below map showing the delineated area: Additional Building Requirements: The offered space: The building must meet or be able to economically meet the seismic requirements for buildings in High Seismic activity area(s) as defined in American Department of Veterans Affairs Handbook H-08-18 references to American Society of Civil Engineers 7 Section 1.5. Offers of existing buildings will be evaluated according to the procedures in ASCE 31-02 for the Immediate Occupancy Performance Level. Shall be contiguous and built to DVA specifications. Shall be zoned for DVA s intended use. Shall be a full-service lease (shall include janitorial service and utilities). Shall not be in the FEMA 100-year flood plain. Shall not be a sublease. Shall include a minimum of 150 parking spaces (including handicap accessible spaces in accordance with Americans with Disabilities Act requirements). The offered facility should be on a public bus transportation route and located no further than 2,640 feet from a public bus transportation stop. Convenient access to public transportation is a positive. The DVA prefers properties, including sidewalks and parking lots that are level with the main building entrance for patient access. Shall meet Federal and Local Government requirements for fire safety, physical security, accessibility, and sustainability standards per the terms of the solicitation for offers or request for proposals. Offered space must, at a minimum, meet Facility Security Level (FSL) I as set by the Department of Homeland Security Federal Protective Services. EXPRESSION OF INTEREST - CAPABILITIES STATEMENT (5 pages max) Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: Location on map, demonstrating the following: building lies within the Delineated Area; depicting the property boundaries, building, and parking; uses of adjacent properties; location of nearest bus and/or train stop, and major transportation routes. Floor plan showing ABOA square footage of proposed space; Evidence that the Offeror owns both the building and the property; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; A document indicating the type of zoning and that DVA s intended use is permissible for the proposed space; Evidence of SDVOSB / VOSB status through registration at Veterans Information Portal (VIP) https://www.vip.vetbiz.gov/; if applicable; Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (SAM) (www.SAM.gov). This is not a request for lease proposals (RLP), only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9a74f47fc04b4385915896170357a2f0/view)
- Place of Performance
- Address: Eugene
- Record
- SN05785162-F 20200904/200902230147 (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 |