Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

X -- US Department of Veterans Affairs desires to lease approx. 1500-2500 square feet of medical clinic space within a 35- mile radius of Afton Civic Center in Afton, Wyoming, for use as an outpatient clinic.

Notice Date
7/16/2009
 
Notice Type
Presolicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs, Sheridan VAMC (See VA Rocky Mountain Consolidated Contracting Center), Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-09-RP-0311
 
Response Due
8/7/2009
 
Archive Date
10/6/2009
 
Point of Contact
Cynthia KlienholzVISN 19 Contracting<br />
 
E-Mail Address
Contract Specialist
(cynthia.kleinholz@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Sheridan VA Medical Center, located at 1898 Fort Road, Sheridan, Wyoming, is soliciting offers from experienced qualified property owners to provide to lease approximately 1,200-2,500 rentable square feet of clinical, office and related space for use by the Department of Veterans Affairs for the establishment of an Outreach Clinic. The Clinic will be administered by the Sheridan VAMC and provide needed access to primary care and mental health for veterans living in and around Lincoln county. The Clinic will be open variable hours between the hours of 7:00 a.m. and 8:00 p.m., Monday through Friday and possibly weekend hours. The VA clinic will provide treatment of physiological and pathological conditions not requiring subspecialty or inpatient services. Care will be directed towards health promotion and disease prevention, management of acute and chronic medical conditions, and appropriate referral to specialty care. The Clinic will not provide emergent care. Special Requirements: Preferred delineated area is from North Intersection of Palisades Drive and Wyoming State Highway 26; South Intersection of Wyoming State Highway 89 and Wyoming-Idaho State Border; East Salt River Mountain Range; West - Wyoming-Idaho State Border " "Occupancy date on or before October 1, 2009 "Contract term is base five (5) years with five (5) one-year options to be exercised at the discretion of the Government "Close proximity to local fire, emergency medical services and police support "Handicapped accessible (IAW ADA) "Prefer clinic to be located on one floor, ground level "Building security to ensure safety of sensitive medical information "Provides VA with the ability to secure office/clinic space; e.g., keys, ID codes "Parking must be on site with close proximity to the clinic "Minimum of ten (10) parking spaces designated for veterans and staff "2 Van-accessible/handicapped parking spaces "Infrastructure to support T1/DSL/ATM data connectivity oMust be locked from public access oMinimum of 15 am circuit, GFCI oOffer conduit or easy access to structure oProtected from obvious environmental factors that would harm staff/equipment oLocated internal; i.e., no external opening "VA specified directional signage, internal and external "Provision/inclusive for daily trash pick-up and housekeeping activities "Inclusive lease to include utilities, building maintenance janitorial/custodial, snow removal, life safety and environment of care assurances Unique Space Requirements: The offered building and/or location must have the following features: SITE MUST BE LOCATED WITHIN A THIRTY-FIVE (35) MILE RADIUS OF AFTON CIVIC CENTER, 150 S WASHINGTON ST, AFTON, WY 83110 AND BE LOCATED WITHIN THE STATE OF WYOMING TO RECEIVE CONSIDERATION. "Preferred delineated area is within a thirty-five (35) mile radius of Afton Civic Center, 150 S Washington St, Afton, WY 83110. "Occupancy date on or before October 1, 2009 "Contract term is five (5) base years, with five (5) one-year options to be exercised at the discretion of the Government "Close proximity to local fire, emergency medical services and police support "Building description: new or older, very well-maintained (with minimal build-out costs) "Handicapped accessible (IAW ADA) "Prefer space to be located on one floor "Building security to ensure safety of sensitive business documents "Provides VA with ability to secure offices/clinic space; e.g., keys, ID codes "Parking must be on site with close proximity to the offices "Minimum of ten (10) parking spaces, with two (2) van-accessible/handicapped ADA-compliant parking and eight (8) parking spaces designated for staff "Infrastructure to support T1/DSL/ATM data connectivity o Must be locked from public access o Minimum of 15 amp circuit, GFCI o Offer conduit or easy access to structure o Protected from obvious environmental factors that would harm staff/equipment o Located internal; i.e., no external opening "VA specified directional signage, internal and external "Provision/inclusive for daily trash pick-up and housekeeping activities (All inclusive lease to include utilities, building maintenance janitorial/custodial, snow removal etc.) "Inclusive for utilities, building maintenance, life safety, and environment of care assurances "Sinks in all patient care rooms. "Solid-core secured door to server room with adequate ventilation through door grate. "Electrical sockets in all patient rooms. "Data drops in all patient rooms. "The following is a preliminary estimate of space requirements for the Afton outpatient clinic: RoomSquare footageQuantityTotal Square footage Waiting Room2251225 Reception Area (HIPPA compliant)1501150 Nursing Triage Room1001100 Patient Exam Room1204480 Mental Health Interview Room2001200 Employee Break Room1001100 Control Room (Server)50150 Storage Room1001100 Med Room60160 Oxygen Storage Closet60160 Dirty Utility Closet80180 Clean Utility Area1001100 Patient Bathroom50150 Staff Bathroom50150 TOTAL SQUARE FOOTAGE:1,805 ANSI/BOMA square feet. Total square footage - not to exceed 2,500 net usable square feet The VA is issuing this Request for Proposal in accordance with FAR Part 15 where the lease will be awarded to the Offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government, price and other factors considered. The following factors, listed in descending order or importance, shall be used to evaluate offers: Factor 1 - Location of Proposed Site; Factor 2 - Technical; Factor 3 - Price; Factor 4 - Past Performance, and Factor 5 - Promotion of Energy Efficiency and Use of Renewable Energy. All non priced factors, (Price/Condition of Building/Capability of Proposed Space to Meet existing VA Space Requirements and Best Value), when combined, are significantly more important than Price. NAICS Code 531110, Real Estate Rental or Leasing of Residential Building, is applicable to this acquisition with a Business Size Standard of $6.5 million. Solicitation documents will be available electronically on or about Wednesday, July 15, 2009 at the FedBizOpps website at http://www.fedbizopps.gov. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-09-RP-0311 been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. All SDVOSB submitting an offer must be registered and will be verified by the Contracting Officer in the VetBiz Information pages located at http://www.vip.vetbiz.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA-259-09-RP-0311/listing.html)
 
Place of Performance
Address: 35-mile radius around Afton Civic Center;Afton, WY 83110<br />
Zip Code: 83110<br />
 
Record
SN01878391-W 20090718/090717001254-c3f9abd6764c49f9145df3d46d71705c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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