Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2017 FBO #5619
DOCUMENT

X -- CBOC Lease - Pine Bluff, AR - Attachment

Notice Date
4/10/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Michael E. Lewis;Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25617R0529
 
Archive Date
5/10/2017
 
Point of Contact
Michael E Lewis
 
E-Mail Address
0.4098<br
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 4 The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 9,500 Net Usable Square Feet of Primary Care Outpatient Clinic Space in the area of Pine Bluff, Arkansas. Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations, and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: United States Department of Veterans Affairs (VA), Attn: Michael E. Lewis Network Contracting Office 16 (NCO 16) 1800 Buckner Square, Suite C200 Shreveport, LA 71105 Phone: 318.990.4098; Cell: 318.419.8405; email: Michael.lewis@va.gov Description: VA seeks to lease approximately 9,500 net usable square feet (NUSF) (or approximately 10,925 rentable square feet) of space and 75 parking spaces for use by VA as a Primary Care Outpatient Clinic in the delineated area explained below. VA will consider leased space located in an existing building as well as land for new construction for a build-to-suit lease option. NUSF is generally defined as the space remaining once common areas, lessor areas, and non-programmatic 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. Lease Term: Ten (10) years Firm. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines: Bounded on the North: From the intersection of I-530 and Hwy 65 Branch, go east to the intersection of Hwy 79 (N University Drive) then north to McFadden Road and returning to Hwy 65 Branch Bounded on the East: Hwy 63 Bounded on the South: I-530/Hwy 63 Bounded on the West: I-530 The following map of the delineated area is provided for further clarification of the boundaries of the delineated area. Additional Requirements: (1) Offered space must be located on no more than one (1) contiguous floor. First floor space is required. (2) Bifurcated sites, inclusive of parking, are not permissible. (3) The following space configurations will not be considered:   Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. (4) Offered space cannot be in the FEMA 100-year flood plain. (5) Offered space must be zoned for VA s intended use. (6) Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. (7) Space will not be considered where apartment space or other living quarters are located within the same building. (8) Offered space must be easily accessible to multiple highways which provide multiple routes of travel. (9) Structured parking under the space is not permissible. (10) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals. (11) A fully serviced lease may be required. (12) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name of current owner; Address or described location of building or land; Location on map, demonstrating the building or land lies within the Delineated Area; Description of ingress/egress to the building or land from a public right-of-way; A statement as to whether the building or land lies within the Delineated Area; Description of the uses of adjacent properties; A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes, and A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Site plan depicting the property boundaries, building, and parking; and (11) Floor plan and NUSF and rentable square footage of proposed space; (12) If you are qualified as a small business, Veteran Owned Small Business (VOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $38.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status. You are invited, but not required to submit a Capabilities Statement.; (13) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space; (14) A description of any changes to the property necessary to be compatible with VA s intended use; (15) A statement indicating the current availability of utilities serving the proposed space or property. Small Business, VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist VA s Contracting Staff in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; _X_ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; __ (g) Between $2,000,000 and $5,000,000; __ (h) Between $5,000,000 and $10,000,000; __ (i) Between $10,000,000 and $20,000,000; __ (j) Between $20,000,000 and $50,000,000; __ (k) Between $50,000,000 and $100,000,000; __ (l) More than $100,000,000. VA makes monthly lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. This is not a request for proposals, only a request for information 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25617R0529/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-AP-6339 VA256-17-R-0529.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3405718&FileName=VA256-17-AP-6339-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3405718&FileName=VA256-17-AP-6339-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04465890-W 20170412/170410235326-22256025c4f9cc68ccbc094a56d1f3db (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.