DOCUMENT
X -- Zanesville Community Based Outpatient Clinic - Attachment
- Notice Date
- 2/16/2018
- Notice Type
- Attachment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
- ZIP Code
- 43219-1834
- Solicitation Number
- 36C25018R0254
- Archive Date
- 3/18/2018
- Point of Contact
- Lee Grant, Contracting Officer, lee.grant@va.gov
- E-Mail Address
-
opher.bennett3@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- ZANESVILLE, OHIO FED-BIZ-OPPS-NOTICE The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 14,000 Net Usable Square Feet of Existing Space in ZANESVILLE, OHIO 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 because 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. Description: VA seeks to lease approximately 14,000 net usable square feet (NUSF)/ANSI BOMA, not to exceed 18,900 rentable square feet of space, and 100 - 125 parking spaces for use by VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below within Zanesville, Ohio. VA will consider space located in an existing building as well as new construction or a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only. A build-to-suit may be considered. Space Offered that may disrupt or interfere with current VA use or VA Patient Services may not be considered. 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: Up to 20 years. 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: North: Richey Road South: I-70 West: Northpointe Dr, Newark Rd, Old Newark Rd East: Maple Ave, Dresden Rd SEE DELINEATED AREA MAP Additional Requirements: (1) Offered space must be located on a single floor, (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 located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping, (9) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department, (10) Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building, (11) Offered space must be easily accessible to multiple highways which provide multiple routes of travel, (12) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers, (13) Structured parking under the space is not permissible, (14) 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, (15) A fully serviced lease is required, (16) Offered space must be compatible for VA s intended use, (17) Space must not have any environmental issues or hazards. All submissions should include the following information: Name of current owner; Address, floorplan and NUSF and RSF, and pictures of offered space; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; A narrative and map describing proximity of the building 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. Drawing of new building being constructed that space is being offered and indicate if build-to-suit, schedule of completion date; types of restrictions; (10) If you are qualified as a 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 provide proof of Vetbiz registration. (11) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space. VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5M. Responses to this notice will assist the LCO 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 between $1.4M-$2.5M. VA makes monthly lease rental payments in arrears upon space acceptance and may elect to make a single lump-sum payment or amortize over the firm term for specified tenant improvements. This is not a request for proposals. SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. Capabilities Statement will include the following: 1) Company name, address, point of contact, phone number, Dunn & Bradstreet number, and email address; 2) Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); 3) A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to the project described above; 4) Evidence of your company s bonding capacity to meet a bid bond of $100k, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 5) Evidence of capability to obtain financing for a project of this size. We encourage all small businesses and other interested parties to respond for market research purposes. All interested parties must respond to this announcement no later than March 9, 2018 at 1:00PM. LOCAL TIME. Email to: Lee.grant@va.gov and Christopher.Bennett3@va.gov Market Survey (Estimated): March 14, 2018 Occupancy (Estimated): 2019
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018R0254/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018R0254 36C25018R0254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4091064&FileName=36C25018R0254-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4091064&FileName=36C25018R0254-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018R0254 36C25018R0254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4091064&FileName=36C25018R0254-000.docx)
- Record
- SN04827142-W 20180218/180216231412-3e5cec97eef1f2630c7519a861a3d347 (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 |