Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOURCES SOUGHT

X -- Sources Sought Expressions of Interest New Replacing Hagerstown, MD Clinic Lease

Notice Date
4/4/2024 11:10:09 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0415
 
Response Due
4/18/2024 8:00:00 AM
 
Archive Date
04/23/2024
 
Point of Contact
Rachael Hallock, Lease Contract Specialist, Phone: (304) 263-0811
 
E-Mail Address
Rachael.Hallock@va.gov
(Rachael.Hallock@va.gov)
 
Awardee
null
 
Description
7 Page 7 of 10 SOURCES SOUGHT NOTICE 36C24524Q0415 The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 13,786 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) of Outpatient Clinic (medical) Space in Hagerstown, Maryland Notice: This advertisement is an advertisement of a potential opportunity. This 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 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. The Department of Veterans Affairs (VA) is conducting market research/seeking capable sources that are interested in leasing space to the VA and are certified as either a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with the Small Business Administration at Veteran Small Business Certification (sba.gov). The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $34.0 million. Responses to this notice will assist the VA in determining if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. Although this notice focuses on SDVOSB and VOSB, we encourage ALL small businesses and other interested parties to respond for market research purposes. Contracting Office: Network Contracting Office 5 (NCO 5) 510 Butler Avenue, Martinsburg, WV 25405 Description: The VA is conducting market research and seeking capable sources from experienced firms that are interested in a forecasted lease project for a clinic located in Hagerstown, Maryland. The clinic will yield a not to exceed amount of 11,987 net usable square feet (NUSF) / 13,786 ABOA / 18,610 rentable square feet (RSF) for use as office and medical space; and 130 surface parking spaces, for use by the VA in the delineated area outlined within Hagerstown, Maryland below. 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. A build-to-suit MAY be considered. Space Offered that may disrupt or interfere with VA Patient Services may not be considered. VHA 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 15 years inclusive of all options, 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/. The magnitude of the anticipated construction/buildout for this project is: Between $2,000,000 and $5,000,000. VA makes monthly lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements and FSL II Security Requirements. VA makes no progress payments during the design or construction/build-out phases of the project. Lease Term: Up to 15 Years Delineated Area: To receive consideration, submitted properties must be located within the following area outlined below, which is bounded by the following roads, or must front on any of the following boundary lines: North Maryland/Pennsylvania State Line East Route 40, Route 64, and Railroad Track South Interstate 70 West Route 63 Additional Requirements: A contiguous single floor space is preferred, but a contiguous first floor space may be considered. Offered space cannot be in the FEMA 100-year flood plain. Offered space must be zoned for VA s intended use. 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. Space will not be considered where apartment space or other living quarters are located within the same building. It is preferred the offered space be in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. It is preferred the offered space be in close proximity to a hospital or stand-alone emergency room center and a fire department. It is preferred the offered space be located in close proximity to public transportation. Structured parking under the space is not permissible. Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the formal request for proposals (pending issuance); A fully serviced lease is required. Offered space must be compatible for VA s intended use. Space must not have any environmental issues or hazards. Must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. Expression of Interest Due Date: All expression of interest submissions must include the attached, completed Capabilities Statement and all applicable supporting documents specified within the statement. Submissions are due no later than April 18, 2024, at 10:00 AM EST. All submissions must be sent via email to Rachael Hallock, Lease Contract Specialist, at Rachael.Hallock@va.gov. Telephone calls will no be accepted. CAPABILTIES STATEMENT & SUBMISSION CHECKLIST INFORMATION SHEET Sources Sought Notice 36C24524Q0415, Hagerstown, MD Outpatient Clinic Company Information Name: Address: Name of Current Owner: Proposed Building Address or Address of the Geographical Location of the Land Point of Contact Name: Email: Phone Number: System for Award Management Registration (www.sam.gov ) Unique Entity Identifier: ____________________ Actively registered in SAM.gov Not actively registered in SAM.gov Dunn & Bradstreet Number Business Size under NAICS 531120 Small Business Please check if either applies: Service-Disabled Veteran Owned Small Business (SDVOSB) [Attach evidence of SDVOSB registration status through SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/] Veteran Owned Small Business (VOSB) [Attach evidence of VOSB registration status through SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/.] Other than Small Business Additional Required Documents Attached Submit all the following: Location of map demonstrating the building/property lies within the delineated area. Description of the uses of adjacent properties. A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Site plan depicting the property boundaries, building, and parking. Floor plan, ABOA, and RSF of proposed space 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 18,610 RSF. [3-page limit] Evidence of capability to obtain financing for a project of this size. If a SDVOSB or VOSB, submit evidence of VOSB status through SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/.] _______________________________________ (Signature) (Insert Name and Title)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b0d04c26e5444ffb4c8d1bd7d504b5b/view)
 
Place of Performance
Address: Hagerstown, MD
 
Record
SN07021019-F 20240406/240404230100 (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.