Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
DOCUMENT

X -- Dearborn Clinic (new) - Lease & Build-out - Attachment

Notice Date
2/8/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25017R0131
 
Response Due
2/15/2017
 
Archive Date
5/25/2017
 
Point of Contact
Lee Morris
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA) Cincinnati VAMC Glendale, IN is conducting market research, seeking capable sources that are classified and registered in www.vip.vetbiz.gov as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing existing space, to the Department of Veterans Affairs; 9500 net usable square feet (nusf) of existing space, and 100 onsite parking spaces for VA use. Space must be contiguous and located on 1 floor. However, space located on no more than 2 floors may be considered. The space will be used as a VA Community Based Outpatient Clinic. The NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $27.5 Million. The purpose of this notice is to determine if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. The magnitude of the anticipated construction/buildout for this project is between $600 and $700k. The VA makes monthly lease rental payments in arrears upon facility/space acceptance. The VA may elect to make a single lump sum payment, or amortize over the course of the firm term of the lease, for the construction of the specified tenant improvements. If lump sum payment is made for the specified tenant improvements, payment is made within 30 days of acceptance of space. The VA makes no progress payments during the design or construction/build-out phase of the project. This is not a request for proposals, only a request for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. Requirements: Offered space must not be located within a 100 year flood plain. Offered space must be located within the delineated area, as stated. Delineated Area: North Oberting Road and Route 1, West Tanner s Creek and Route 50 (W Eads Pkwy) and S Tanners Creek Dr., South Ohio River, East I-275 Offerors must be capable of successfully performing a lease contract, including design and construction/build-out of space of the existing building offered and accepted by the VA, for a lease for a term of up to 5 years firm with one 5 year option period may be considered. Submit the following, for the existing building offered, on or before February 15, 2017: 1) company name, address, Dunn & Bradstreet number, point of contact, phone number, email address 2) description of existing building 3) photo of existing building 4) address of existing building 5) evidence of ownership or control of existing building 6) floorplans of existing building 7) type of zoning for existing building 8) parking space layout/plan 9) evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/) 10) evidence of ability to offer under NAICS 531120 and listing in System for Award Management (www.SAM.gov) to include representations and certifications 11) description of at least 3 projects of similar scope and size completed in the past 5 years that demonstrate the company s experience designing, constructing/buildout of tenant specified improvements, and managing Federal leased facilities or health care facilities relevant to sf 12) evidence of capability to obtain financing for a project of this size. Please respond to this notice no later than 12:00PM Eastern Standard Time, February 15, 2017. Please submit your response to: Lee Morris: lee.morris@va.gov. Jamie Clark: Jamie.clark1@va.gov Lee.Grant: lee.grant@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25017R0131/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-AP-0301 VA250-17-AP-0301.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3261536&FileName=VA250-17-AP-0301-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3261536&FileName=VA250-17-AP-0301-000.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: Same as above
Zip Code: 46240
 
Record
SN04396333-W 20170210/170208235101-dea0a196cada37ace9b807451703b2e8 (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.