DOCUMENT
X -- Hilo CBOC Lease - Attachment
- Notice Date
- 2/19/2018
- Notice Type
- Attachment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
- ZIP Code
- 89502-2597
- Solicitation Number
- 36C26118R0213
- Response Due
- 3/14/2018
- Archive Date
- 6/12/2018
- Point of Contact
- John Paul Niega
- E-Mail Address
-
6-7200<br
- Small Business Set-Aside
- N/A
- Description
- Hilo, HI The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 10,110 Net Usable Square Feet (NUSF) of Space in the area of Hilo, HI 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 John Paul Niega, Contracting Officer, United States Department of Veterans Affairs (VA), Network Contracting Office 21, VA Pacific Islands Health Care System, 459 Patterson Rd, Honolulu, HI 96819. Description VA seeks to lease 10,110 net usable square feet (NUSF) of space (approximately11,600 rentable square feet) and fifty (50) parking spaces for use as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below within greater Hilo, HI. VA will only consider leased space located in an existing building. 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: 10-years; 5-years firm. VA reserves the right to request other lease structures and may request multiple lease structures. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting any of the following boundary lines will also be considered: Turn right on E Palai and follow until it intersects with Kilauea Ave. Turn left on Kilauea Ave. and proceed south until it intersects with Haihai St. Turn right on Haihai St. and proceed west until it intersects with Kupulau Rd. Turn right on Kupulau Rd. and proceed north until it transitions into Kupulau Pl. Follow Kupulau Pl. until it transitions into W Kawailani St. and intersects with Komohana St. Turn left onto Komohana St. and proceed north until it intersects with Puainako St. Turn left onto Puainako St. and proceed west until it intersects with S Wilder Rd. Turn right onto S Wilder Rd. and proceed north until intersects with Kaumana Dr. Turn right onto Kaumana Dr. and proceed east until it intersects with Akolea Rd. Turn left onto Akolea Rd. and proceed north until it intersects with Waianuenue Ave. Turn right onto Waianuenue Ave. and proceed east until it intersects with Kamehameha Ave. Turn right onto Kamehameha Ave. and proceed east until it intersects with Mamalahoa Hwy. Proceed south on Mamalahoa Hwy. until it intersects with Keaau Pahoa Rd. Turn left on Keaau Pahoa Rd. and proceed until it intersects with Keaau-Pahoa Bypass Rd. Turn left on Keaau-Pahoa Bypass Rd. and continue north until it intersects with Mamalahoa Hwy. The attached 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 two (2) contiguous floors. If the offered space is on two (2) floors, a minimum of one (1) passenger elevators and one (1) combination (passenger/freight) elevator must be provided. (2) 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. (3) Offered space cannot be in the FEMA 100-year flood plain. (4) Offered space must be zoned for VA s intended use. (5) 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. (6) A fully serviced lease may be required. (7) 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 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 lies within the Delineated Area; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; 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. All Interested parties (owners, brokers, or their legal representatives) should submit Expressions of Interest electronically no later than 4:00 p.m. EST on March 14, 2018 to VA s real estate representative s below: Public Properties Attention: Teddy Seifert Brad Seifert Email: tseifert@ppwashdc.com Email: bseifert@ppwashdc.com Office: 202-652-4189 Office: 202-652-4192 With a copy to: John Paul Niega Contracting Officer United States Department of Veterans Affairs (VA) johnpaul.niega@va.gov (775) 335-6430 Market Survey (Estimated): April 2018 Occupancy (Estimated): September 2019 Attachment - Small Business, VOSB or SDVOSB Status The NAICS Code for this procurement is 531390 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist VA s Office of Real Property (ORP) 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 may elect to make a single lump-sum payment or amortize over the course of the firm term 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. Project Requirements: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site for a term of up to 15 or 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/. SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/. 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. A submission checklist and information sheet is provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statement Will Include: 1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); 3. Evidence of ability to offer as a small business under NAICS Code 531390 and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system; 4. 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. (3-page limit); 5. Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability. Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Hilo, HI Community Based Outpatient Clinic (CBOC) Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); Evidence of ability to offer as a small business under NAICS Code 531390 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific nusf). (3-page limit); Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. By: ____________________________________ (Signature) ________________________________________________________________ (Print Name, Title)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/36C26118R0213/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118R0213 36C26118R0213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4094076&FileName=36C26118R0213-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4094076&FileName=36C26118R0213-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118R0213 36C26118R0213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4094076&FileName=36C26118R0213-000.docx)
- Record
- SN04827600-W 20180221/180219230055-38ef1181b3ac32d6e0d9ab0fbb51bb1c (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 |