Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2015 FBO #5131
DOCUMENT

X -- Washington, DC Veterans Center New Lease - Attachment

Notice Date
12/9/2015
 
Notice Type
Attachment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA24516R0025
 
Response Due
1/4/2016
 
Archive Date
4/3/2016
 
Point of Contact
SALLY.FAMILTON@VA.GOV
 
Small Business Set-Aside
N/A
 
Description
District of Columbia The Department of Veterans Affairs (VA) Seeks Expressions of Interest for up to 4,788 Rentable Square Feet of Space in Washington, DC Notice: This is not a solicitation for offer, nor a request for proposals. VA will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the VA assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: VAMC - Baltimore, Annex, 209 W. Fayette Street, Baltimore, Maryland 21201; Att: Ms. Sally Familton, Contracting Officer. Description: VA seeks to lease approximately 4,788 rentable square feet (RSF) of space (approximately 4,500 net usable square feet (NUSF)) for use by VA as a Vet Center in Washington, DC. VA will only consider space located in an existing building. NUSF is generally defined as the space remaining once common areas, lessor areas, and areas required by code are deducted from the rentable square feet of the facility. NUSF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. A detailed definition will be provided by VA, should a solicitation for offers or request for proposals be issued for this project. Existing Space Space in an existing building must be located on the ground level, first floor, or second floor of the building; space must be located on no more than two (2) contiguous floors. The building must be able to comply with Americans with Disabilities Act and meet security requirements as set forth in the Interagency Security Committee Standards and Best Practices (http://www.dhs.gov/interagency-security-committee-standards-and-best-practices) and be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). 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; and 3) provide approximately 10 parking spaces. A percentage of parking spaces shall be handicapped designated in accordance with local code. All spaces shall be sized in accordance with design standards as described in the VA Lease Based Outpatient Clinic Design Guide (http://www.cfm.va.gov/til/dGuide.asp). The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov). Delineated Area: To receive consideration, submitted properties must be located within the following delineated area: North: Missouri Avenue South: V Street, NW East: New Hampshire Avenue/Georgia Avenue West: 16th Street, NW The following map is provided for further clarification of the boundaries of the delineated area: Lease Term: Up to 10 years firm term. VA reserves the right to request alternate lease term scenarios. Submission Requirements: Please provide the basic information and descriptions pertaining to the building you propose for consideration by VA. VA's assessment of your building will be dependent on the information you provide. VA reserves the right to eliminate a property that fails to comply with the requirements herein. All submissions should include the following information: (1)Name of owner; (2)Address or described location of building or land; (3)Location on map, demonstrating the building lies within the delineated area; (4)Description of ingress/egress to the building; (5)Property zoning information; (6)Description of the uses of adjacent property; (7)FEMA map evidencing that the property lies outside the 100-year floodplain; (8)A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; (9)Evidence of ownership, if building submitted by owner. Non-Owners submitting a building must provide evidence of authority granted by property owner to submit the property to VA for consideration. (10)Any information related to title issues, easements, or restrictions on the use of the building; (11)A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction; (12)Age of building; (13)Total existing gross square feet, and gross square feet per floor; (14)Site plan depicting the building and parking; (15)Floor plan and gross square footage of the proposed space; (16)Identification of on-site parking to be dedicated for VA's use; and (17)Documentation showing compliance with seismic requirements, if any. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this requirement that meet VA's minimum criteria. The Contracting Officer will make an initial evaluation to determine if the offered buildings meet VA's criteria as listed within this advertisement. If the building meets VA's criteria, the market survey team will evaluate properties and score as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than Monday January 4th, 2016, 4:00 p.m. EST. In order to receive a Solicitation for Offers, and correspondence prior to the submission of offers, please submit your property information to: Public Properties 3210 Grace Street, NW Suite 100 Washington, DC 20007 Attention: Brad SeifertAlternate:Nathan Van Arsdale bseifert@ppwashdc.comnvanarsdale@ppwashdc.com 202-652-4192202-652-4187 With a copy to: Ms. Sally Familton Contracting Officer VAMC-Baltimore Annex 209 W. Fayette Street Baltimore, Maryland 21201 410-637-1507 sally.familton@va.gov RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ANNOUNCEMENT and THE GOVERNMENT WILL PAY NO MORE THAN THE APPRAISED FAIR MARKET VALUE FOR RENTAL SPACE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24516R0025/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-16-R-0025 VA245-16-R-0025.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2456033&FileName=VA245-16-R-0025-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2456033&FileName=VA245-16-R-0025-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03965123-W 20151211/151209234511-ea1370655f6f8b49dbd6391842225cc6 (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.