Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOURCES SOUGHT

X -- DEPARTMENT OF VETERANS AFFAIRS SEEKS TO LEASE APPROXIMATELY 15,0000 NET USABLE SQUARE FEET FOR USE BY VA AS AN COMMUNITY BASED OUTPATIENT CLINIC

Notice Date
9/8/2014
 
Notice Type
Sources Sought
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0468
 
Response Due
9/15/2014
 
Archive Date
10/15/2014
 
Point of Contact
MICHAEL CHESTER
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs (VA) Seeks to Lease Outpatient Clinic and 80 On-Site Surface Parking Spaces in Pocatello, Idaho Solicitation Number: VA259-14-R-0468 REQUIREMENT: The Department of Veterans Affairs (VA) seeks to lease approximately 15,235 net usable square feet (or approximately 20,000 gross square feet) and 80 parking spaces for use by VA as an outpatient clinic (OPC) in Pocatello, Idaho. For this requirement, VA will consider expressions of interest for a build-to-suit building, on developer controlled land (those that offer the parcel, will develop the parcel) or existing space that meets the VA requirements. In addition to accommodating VA's building footprint on one floor (with no underground space), and parking requirements, the site must also meet VA's Life Safety Protected Physical Security Design Manual requirements. NUSF does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. The building and parking area must be fully accessible, meeting all requirements of the Americans with Disabilities Act and the Uniform Federal Accessibility Standards. The building must comply with the Interagency Security Committee Security Design Criteria for New Federal Office Buildings and Major Modernization Projects as well as other security guidelines, which will be provided during the Solicitation for Offers process. Parking Requirements: On-site parking must 1) be dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations; 3) total no less than eighty (80) surface parking spaces adjacent to the building; 4) Ten percent of the parking spaces shall be handicapped designated; 5) All spaces shall be sized in accordance with design standards as described in the VA Design Guide. The lease shall be up to twenty (20) years. DELINEATED AREA: The delineated area is defined as follows: West - Portneuf River North - West Siphon Road East -Interstate 15 South - Barton Road to Fredregill Road EXPRESSIONS OF INTEREST: Should Include: 1. Name, address, telephone number and email address of the Offeror. 2. Map highlighting the location of the proposed location and nearby patient and employee amenities (restaurants, shopping, overnight accommodations). 3. Address of the property. 4. Site plan and useable acreage of the offered site. Site plan should include location of utilities, any easements above or below ground, adjacent roads, and/or any other encumbrances affecting the potential development of the parcel. Include any grading, drainage, or sewer plans that have been or will be completed in the future. 5. Identify access to site from major transportation routes and public transportation. 6. Narrative describing how VA's parking requirement will be satisfied. 7. Evidence that the property is outside the 100 year flood plain. Clarify if the site contains any wetlands as defined or certified by FEMA and/or any wetlands as described by the City or County. 8. Describe any future development affecting the site, including neighboring projects and road/public utility line construction. 9. Specific information on site ownership and any known title issues, defects, deed restrictions, and encumbrances. 10. Describe methods to be used for dealing with storm water runoff (onsite retention basin, storm water drainage system, use of shared storm water retention). PLEASE PROVIDE BRIEF EXPLANATIONS/CLARIFICATIONS TO THE FOLLOWING ISSUES. 1. The availability of utilities to the site including water, sewer, gas, electric and fiber optics. 2. Confirm the site has proper zoning for an OPC. Clarify if any zoning changes, variances, or special exceptions are required for an outpatient clinic including the estimated period of time necessary to complete such entitlement process. Clarify any known municipal obligations with the site (bonds, street improvements, development fees, etc.) 3. Describe any environmental issues known to exist on the site and any remediation efforts taken or to be taken. Provide copies of any environmental or other assessments. 4. Explain any known factors that might prohibit the permitting, construction and/or operation of an OPC on the site offered. 5. Confirm who controls the site. State whether ownership has title to property, is under contract, retains an option to purchase, etc. Offeror and/or firm submitting Expressions of Interest should state its relationship to the site (for example, owner, broker, legal representative, etc.). If Offeror is not the legal owner of the site, please provide documentation from owner that clearly demonstrates authorization to offer the site and compensation received, if any, for your efforts from the owner. Note: VA staff will conduct a market survey of properties offered. VA will pay no more than the appraised fair market rental value for space and will not award a lease that scores as a "capital lease" per the Office of Management and Budget's scoring criteria. Interested Offerors (owners, brokers, or their legal representatives) should submit INFORMATION ELECTRONICALLY no later than September 15, 2014, at 4:00 PM EST to Michael.Chester3@va.gov: RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ADVERTISEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0468/listing.html)
 
Place of Performance
Address: POCATELLO, IDAHO
Zip Code: 83201
 
Record
SN03500319-W 20140910/140909022142-70fe1397a20a23bc3157e2edd2c1486c (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.