Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2024 SAM #8353
SOLICITATION NOTICE

X -- Saginaw Parking - Succeeding Lease Expression of Interest

Notice Date
10/8/2024 12:42:59 PM
 
Notice Type
Presolicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024AP4031
 
Response Due
10/29/2024 12:00:00 PM
 
Archive Date
12/03/2024
 
Point of Contact
Lisa Newlin, Leasing Contract Specialist, Phone: 317-697-9786, Fax: Additional Contact
 
E-Mail Address
lisa.newlin@va.gov
(lisa.newlin@va.gov)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE 36C250-24-AP-4031 SAM-NOTICE 36C25025R00007 SAGINAW, MICHIGAN The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 80 Parking Spaces in Saginaw, Michigan Notice: This advertisement is a notice of market research. This advertisement is not a solicitation for offers, nor is it a Request for Lease 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. An RLP may or may not be released. 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; the Government is under no obligation to respond to and is unable to answer any inquiries regarding this advertisement. The NAICS Code is 812930 Parking Lots and Garages. The Department of Veterans Affairs (VA) IS ALSO conducting market research, seeking capable sources that are classified and registered at www.vip.vetbiz.gov as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Network Contracting Office 10 - 8888 Keystone Crossing, Suite 300, Indianapolis, IN 46240 Description: The Department of Veterans Affairs currently leases 80 parking spaces at 1500 Weiss and the Saginaw Right Way, a parking lot in Saginaw, Michigan, known as the Saginaw Parking. The Saginaw Parking lease expires on March 31, 2025. The Veterans Affairs (VA) will consider alternative space in the delineated area explained below if economically advantageous. In making this determination, the VA will consider, among other things, the availability of alternative space that potentially can satisfy the VA s requirements, location within walking distance of Aleda E Lutz VA Medical Center, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure (outdoor security cameras), and non-productive agency downtime. The VA will consider leased parking space providing all costs mentioned above can be offset by competition; and that otherwise, the VA intends to pursue a sole source acquisition with the incumbent Lessor, in accordance with (IAW) the authority outlined in the General Services Administration Acquisition Manual (GSAM) 570.402 Succeeding Leases. The rentable parking spaces cannot exceed 80 spaces. VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Not to Exceed 20 years. 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: Shattuck Road East Boundary: Hermansau Road South Boundary: Weiss Street West Boundary: Bay Road See the below-delineated area map for further clarification of the boundaries of the delineated area. ADDITIONAL REQUIREMENTS FOR SUBMISSIONS: Offered Parking Facility must be within reasonable walking distance from the Aleda E. Lutz VA Medical Center. Offered Parking Facility cannot be in the FEMA 1-percent-annualchance flood plain (formerly referred to as 100-year floodplain) unless the Government has determined that there is no practicable alternative. Offered space must be zoned for VA s intended use by the time initial offers are due. Offered Parking Facility must be paved, striped, and lighted. VA to have access to parking 24 hours per day, 7 days per week, and 365 days per year to include all local, State, and Federal holidays. Maintenance to be provided to include re-striping as needed, re-lamping of lighting fixtures, paving repair, cleaning/sweeping as well as snow and ice removal. Lessor is to provide security for the parking facility. The right to use appurtenant areas is included. VA reserves the right to inspect the parking premises and vehicles within and to remove unauthorized vehicles. If Offeror provides a portion of the parking facility dedicated to VA s use, signage shall be provided by the Lessor acceptable to VA to alert parking patrons of inspection and towing policies. Designated parking is preferable. Secured access is required via hang tag or card. Devices for access to be provided by the lessor. Structured parking under a 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 solicitation for offers or requests for proposals. A fully serviced lease is required. Offered space must be compatible with VA s intended use. ALL SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION: Name and address of current property owner; Address or described location of building; Location on a map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; A statement as to whether the building lies within the Delineated Area; Description of the uses of adjacent properties; FEMA map of location evidencing floodplain status; Site Plan depicting the property boundaries, and parking; Parking Plan for proposed spaces; A document indicating the type of zoning; Documentation delineating the cost advantages to the Government for relocating to the proposed parking facility, Costs, date parking facility is available, and amount of spaces offered; A description of any changes to the property necessary to be compatible with VA s intended use; Owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by the property owner to submit the building to VA for their use; Any information related to title issues, easements, and restrictions on the use of the parking facility; A statement indicating the current availability of utilities serving the proposed space or property. If you are qualified as a Veteran Owned Small Business (VOSB) or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 812930 Parking Lots and Garages with a small business size standard of $41.5 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement; Market Survey (Estimated): October 2024 Occupancy: March 1, 2025 All interested parties must respond to this advertisement no later than October 29, 2024, at 3:00 P.M. LOCAL TIME. Please submit your response (electronic) to: Lisa Newlin Lisa.Newlin@va.gov Lee Grant Lee.Grant@va.gov Attachment - VOSB or SDVOSB Status 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. The NAICS Code for this procurement is [812930 Parking Lots and Garages]. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC ยง 8127. The magnitude of the anticipated construction/buildout for this project is: __ (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; _X_ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; __ (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. Project Requirements: This Sources Sought Notice 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 the Technical Information Library at the following link: 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 Small Business Administration (SBA); VetCert Site at https://veterans.certify.sba.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 sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statement: 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 VetCert at SBA (https://veterans.certify.sba.gov/); 3. Evidence of ability to offer as a small business under NAICS Code [812930] 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 managing Federal leased parking facilities or 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 (Parking Facility) Saginaw, MI Lease Sources Sought Notice Company name: __________________________________________ Company address: __________________________________________ Dunn and Bradstreet Number: __________________________________________ UEI 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 Vet Cert (https://veterans.certify.sba.gov/); Evidence of ability to offer as a small business under NAICS Code [812930] 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, or managing Federal leased parking facilities or relevant to (parking facility size). (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, Date)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2826873b238742dc9309c04d558fbb1d/view)
 
Place of Performance
Address: Saginaw, MI, USA
Country: USA
 
Record
SN07235786-F 20241010/241008230108 (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.