Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2016 FBO #5341
DOCUMENT

X -- Camp Hill CBOC New Lease RLP # VA244-15-R-1183 - Amendment # 1 FBO posting for expressions of interest - Attachment

Notice Date
7/6/2016
 
Notice Type
Attachment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24415R1183
 
Response Due
7/29/2016
 
Archive Date
8/8/2016
 
Point of Contact
Mr. Rishi Mathur
 
E-Mail Address
n
 
Small Business Set-Aside
N/A
 
Description
VA244-15-R-1183 RLP Camp Hill Outpatient Clinic Amendment to Request for Lease Proposals The following changes have been implemented to the RLP solicitation No. VA244-15-R-1183 posted 6-16-2016 to Federal Business Opportunities (FBO). (Please see Section 1.06 of the RLP for more information.) Initial Offer Due Date -The title page of the GLOBAL RLP FORM R100 has been amended to state "Offers due by - To Be Determined by the Lease LCO" Paragraph 1.02 A - This paragraph has been deleted and replaced with the following: The Government is seeking 25,000 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) for Office Area (ABOA) square feet (SF) or 33,750 rentable square feet (RSF) of Space within the area of consideration (Section 1.03). See Section 2 of the Lease for applicable ANSI/BOMA standards. Paragraph 1.02F - This paragraph has been deleted and replaced with the following: F.The lease term shall be a five (5) year base period, with 5, 12-month option periods (10 years) with Government termination rights. Paragraph 1.02D - The following paragraph has been deleted. After award, the Lessor must prepare Design Intent Drawings (DIDs) for the leased Space conforming to the Agency Specific Requirements. The Government will have the opportunity to review the Lessor's DID's to determine that the Lessor's design meets the requirements of the Lease. Only after the Government approves the DIDs will the Lessor be released to proceed with buildout. The Lease also provides that the Government may modify the TI requirements, subject to the Lessor's right to receive compensation for such changes. Paragraph 3.02 - Receipts of Lease Proposals (SEP 2013) This paragraph was deleted and replaced with the following: A.Offerors submittals made will be through US Postal service, hand delivery, or Express Mail. No offerors will be accepted through e-mail. Offer will be submitted in an envelope labeled with the Offerors name, Lease LCO name (shown in Section 1.12), address, Solicitation number VA244-15-R-1183. The Offeror will submit three complete hard copies and one complete electronic copy on CD in a (pdf) format. The offer will submit ALL of the following documents as indicated as part of their proposal: DOCUMENT NAMENO. OF PAGES EXHIBIT GSA Form 3517B, General Clauses1-46E Proposal to Lease Space (GSA Form 1364)1-3F GSA Form 1217, Lessor's Annual Cost Statement1-2G GSA Form 3518-SAM, Addendum to System for Award Management (SAM) Representations and Certifications (Acquisitions of Leasehold Interests in Real Property)1-10H GSA Form 12000 for Prelease Fire Protection and Life Safety Evaluation for an Office Building (Part A or Part B) (See Section 3 for applicable requirements)1-7I Security Unit Price List 1-33J Pre-Lease Building Security Plan1K Tenant Improvements Cost Summary (TICS)N/AL Contract Submittal Schedule1-4M Proposed floor plan - in accordance with Government's typical Building Layout to meet and Space Planning Criteria (PACT) for Patient Align Care Facilities)1-2N Past Performance References (Section 3.06 Q#6)N/AN/A Paragraph 3.02B - The sentence has been deleted and replaced with the following: Offerors submittals will be received on a date to be determined, at the following designated address and office: Paragraph 3.06 - Additional Submittals Paragraph Q #6 has been added to state the following: 4.Past Performance The Offeror shall provide up to three (3) references and more specifically any Federal Government references for whom similar services were provided. Any additional references will not be considered for evaluation. Information supplied shall include the following: "Federal Department of Agency serviced; "Year and period of performance services were preformed; "Contract number "Contracting Officer's name, telephone, and email; "Total amount of the contract; "Brief description of the supplies and services provided; & "Explanation of any problems or delays encountered. "The Offeror will be evaluated based upon the extent to which the proposed past experience in implementing projects of similar size and scope contributes to the potential for successful performance of the requirements contained herein. "In addition, the Offeror will be evaluated on performance under existing and prior contracts. The Government will focus on information that demonstrates the Offeror's quality, cost control, timeliness, problem resolution, and business relations under existing and/or previous contracts. The Government will contact references to obtain the information mentioned in this paragraph. An Offeror with no past performance will receive a neutral rating. Paragraph 4.04 - Other Award Factors (Jun 2012) Under Factor # 2 Date of Occupancy/Project Management the rating protocol has been modified to the following: Factors 2 (Date of Occupancy/Project Management) will be rated using the following adjectival rating: a.Excellent - Offer's proposed completion date is within the Government's 150 days allowed for build-out b.Good - Offer's proposed completion date is not more than 14 additional days of the Government's 150 days allowed for build-out c.Satisfactory - Offer's proposed completion date is between 15 and 28 additional days of the Government's 150 days allowed for build-out
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415R1183/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-15-R-1183 VA244-15-R-1183_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2854412&FileName=VA244-15-R-1183-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2854412&FileName=VA244-15-R-1183-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Camp Hill PA - Area of consideration
Zip Code: 17042
 
Record
SN04172597-W 20160708/160706234910-4cec0db57767aedae0bf57e3ac2be8f1 (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.