SOLICITATION NOTICE
X -- Detroit Vet Center Succeeding Lease
- Notice Date
- 11/5/2025 9:58:52 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25026R0008
- Response Due
- 11/19/2025 9:00:00 AM
- Archive Date
- 02/26/2026
- Point of Contact
- Kevin Adkins, Lease Contracting Officer, Phone: 317-988-1544
- E-Mail Address
-
kevin.adkins@va.gov
(kevin.adkins@va.gov)
- Awardee
- null
- Description
- Page 11 of 11 NOTE: SAM.GOV PRESOLICITATION NOTICES/ADVERTISEMENTS FOR PROSPECTUS-LEVEL PROJECTS MUST BE PROVIDED TO THE OFFICE OF LEASING (OL) FOR PBS COMMISSIONER S APPROVAL, PRIOR TO POSTING. ALSO NOTE THAT PROSPECTUS-LEVEL RLPS MUST BE REVIEWED BY OL PRIOR TO ISSUANCE. The VA currently occupies 4000 Rentable Square Feet (RSF) of space for a Vet Center in a building under a lease in Detroit, Michigan, that will be expiring February 11, 2026. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space in the delineated area that potentially can satisfy the Government s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime. Otherwise, VA intends to sole source the requirement to the incumbent Lessor. State: Michigan City: Detroit Delineated Area: North: E. Edsel Ford Fwy from the West to East boundaries. East: St. Jean to east on E. Jefferson Ave to east on Lake Shore Rd/ Drive to northbound on Moross Rd to the North boundary. South: W. Jefferson Ave continuing to E. Jefferson Ave to southbound on Montclair St. to east on Edlie St to northbound on St. Jean St. to east on Jefferson Ave to East Boundary. West: Northbound Rosa Parks Blvd to West Bagley St. to northbound on Newark St. to East/North Vernor Hwy to East on Michigan Ave to North on the Lodge Fwy to the North boundary. Minimum Sq. Ft. (ABOA): 3767 Maximum Sq. Ft. (ABOA): 4000 Space Type: Vet Center Parking Spaces (Total): 25 Parking Spaces (Surface): 25 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 120 months Firm Term: 24 Months Option Term: N/A Additional Requirements: Offered Space must be located within one building. Offered Space should preferably be located in an existing single tenant building. If the offered space is above the first (1st) floor or has multiple floors, a minimum of one (1) passenger elevator and one (1) combination (passenger/freight) elevator must be provided. Bifurcated sites, inclusive of parking, are not permissible. The following space configurations will not be considered: Space with atriums, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. Offered space cannot be in the FEMA 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain) Offered space must be zoned for VA s intended use by the time initial offers are due. Offered space will not be considered if located in close proximity to a property with incompatible uses, including but not limited to the following uses: liquor establishments, dispensaries, alcohol and or drug treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. Offered space will not be considered if located in close proximity to residential or industrial areas. Offered space must be located in proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building. Offered space will not be considered if the location is irregularly shaped. Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping. Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department. Offered space must be easily accessible to multiple major highways which provide multiple routes of travel. 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 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; A statement as to whether the building lies within the Delineated Area. Description of ingress/egress to the building from a public right-of-way. Description of the uses of adjacent properties. FEMA map of location evidencing floodplain status. 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. A description of any changes to the property necessary to be compatible with VA s intended use. Building 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 development. Any information related to title issues, easements, and restrictions on the use of the building. 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 531120 with a small business size standard of $41.0 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement. ACTION: CHOOSE WHETHER OR NOT A FULLY SERVICED LEASE IS REQUIRED. ALSO CHOOSE 1-PERCENT-ANNUAL-CHANCE FLOODPLAIN (FORMERLY REFERRED TO AS 100-YEAR FLOODPLAIN) UNLESS REQUIREMENT IS IDENTIFIED BY AGENCY AS A CRITICAL ACTION. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as 100-year floodplain). Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. ************************************************************************************************ ACTION REQUIRED: USE THIS SECTION FOR PRE-SOLICITATION NOTICE/ADVERTISEMENTS SEEKING EXPRESSION OF INTEREST. DO NOT USE FOR RLP PROCUREMENT SUMMARY. ACTION REQUIRED: FOR PRE-SOLICITATION NOTICES/ADVERTISEMENTS SEEKING EXPRESSIONS OF INTEREST, INSERT THE FOLLOWING LANGUAGE ONLY FOR POTENTIAL SOLE SOURCE SUCCEEDING LEASE ACTIONS. DELETE FOR PROCUREMENT SUMMARY PAGE. DO NOT USE FOR FULL AND OPEN PROCUREMENTS. NOTE THAT ANY FIGURES USED FOR A COST BENEFIT ANALYSIS (CBA) MUST BE SUPPORTABLE. CONSIDERATION OF NON-PRODUCTIVE AGENCY DOWNTIME IN A CBA SHOULD BE RARE. Expressions of Interest Due: Wednesday, November 19, 2025, 12:00PM EST Market Survey (Estimated): December 3 5, 2025 Occupancy (Estimated): February 01, 2026 Incumbent Send Expressions of Interest to: Name/Title: Kevin Adkins, Lease Contracting Officer 8888 Keystone Crossing Suite 325 Indianapolis, IN 46240 Email Address: Kevin.adkins@va.gov Government Contact Information Lease Contracting Officer Kevin Adkins Email Address: kevin.adkins@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 531120 Lessors of Nonresidential Buildings with a small business size standard of $41.5 million. 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; _X_ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; __ (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 10 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 at https://dsbs.sba.gov/search/dsp_dsbs.cfm. 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 https://dsbs.sba.gov/search/dsp_dsbs.cfm 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 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 Detroit, MI Vet Center Lease Pre-Solicitation 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 https://dsbs.sba.gov/search/dsp_dsbs.cfm 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); 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) HIDDEN AND DELETED BY MACRO
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9d3a5cab35744497a708973c127bc807/view)
- Place of Performance
- Address: Detroit Vet Center 11214 E Jefferson, Detroit 48334, USA
- Zip Code: 48334
- Country: USA
- Zip Code: 48334
- Record
- SN07635631-F 20251107/251105230037 (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 |