MODIFICATION
X -- Warehouse Lease - Fitz Annex NOTE: THIS REPLACES A PREVIOUS NOTICE WHICH CITED THE INCORRECT OFFER DUE DATE!
- Notice Date
- 5/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25910RP0085
- Response Due
- 5/24/2010
- Archive Date
- 7/23/2010
- Point of Contact
- Mark A. Moriarty
- E-Mail Address
-
691-6544<br
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS DESCRIPTION: The Veterans Integrated Service Network (VISN) 19 Rocky Mountain Network Contracting Center intends to solicit sources from experienced qualified property owners to provide approximately 10,000 rentable square feet of leased warehouse space for use by the Department of Veterans Affairs, Eastern Colorado Healthcare System. The warehouse will be open 7:00 a.m. to 6:00 p.m., Monday through Friday and possibly weekend hours. Special Requirements: "Preferred delineated areas is North of Highway 285, South of Interstate 70, East of Highway 85, West of Interstate 225 "Preference will be given to those facilities within close proximity to Colorado Boulevard "Occupancy date on or before July 1, 2010 "Contract term is three (3) base years, with two (2) six month 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 medical equipment "Provides VA with the ability to secure warehouse space; e.g., keys, ID codes "24 hour building access. "Van accessible parking spaces "30 general parking spaces "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 day-time 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 "Accessibility to handicapped bathrooms Total square footage - not to exceed 10,000 rentable square feet Support Service Requirements: "Close proximity to major roads "Access to public transportation The Government is limited by law (40 USC 27a, as amended October 1, 1981) to pay no more than the appraised fair market rental value for space. RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ADVERTISEMENT. THE VA IS ISSUING THIS SOLICITATION FOR OFFER IN ACCORDANCE WITH FAR PART 15 WHERE THE LEASE WILL BE AWARDED TO THE OFFEROR WHOSE OFFER, CONFORMING TO THIS SOLICITATION; WILL BE THE MOST ADVANTAGEOUS TO THE GOVERNMENT, PRICE AND OTHER FACTORS CONSIDERED. THE FOLLOWING FACTORS, LISTED IN DESCENDING ORDER OF IMPORTANCE, SHALL BE USED TO EVALUATE OFFERS: Factor 1 - Location of Proposed Site; Factor 2 - Price; Factor 3 - Technical Factors including condition/quality of building, building design, physical accessibility; Factor 4 - Operation & Maintenance Plan; Factor 5 - Promotion of energy efficiency and use of renewable energy; Factor 6 - Past Performance. 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 LESS 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. The solicitation will be issued via FedBizOpps at http://www.fedbizopps.gov/. Telephone requests will not be accepted. The solicitation will be posted on or about May 6, 2010 with a closing date of May 24, 2010. All potential offerors are reminded that in accordance with FAR 52.212-4(t) all contractors are required to be registered with the Central Contractor Registration (CCR) database in order to conduct business with the Federal government. Lack of registration in the CCR database will make an offeror ineligible for award. The website is located at http://www.ccr.gov/. The Government anticipates award of a single contract resulting from this solicitation to the responsible offerors whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25910RP0085/listing.html)
- Place of Performance
- Address: Denver, Colorado
- Zip Code: 80246
- Zip Code: 80246
- Record
- SN02143520-W 20100509/100507234528-0689c0294c034dee84b185b4d3f0392f (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 |