SOURCES SOUGHT
X -- VA San Francisco CBOC
- Notice Date
- 5/21/2018
- Notice Type
- Synopsis
- 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
- 36C26118R0212
- Response Due
- 6/11/2018
- Archive Date
- 9/9/2018
- Point of Contact
- 775-786-7200
- Small Business Set-Aside
- N/A
- Description
- Page 6 San Francisco, California Request for Proposals No. 36C26118L0030 The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 13,890 to 15,000 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet (SF) of Outpatient Clinic space in the area of San Francisco, California 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 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. The Government is under no responsibility to respond to 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 Officer Address: John Paul Niega, MBA, Contracting Officer, (775-335-6430), Department of Veterans Affairs (VA), NCO 21, 975 Kirman Ave, Rm D2460H, Reno, NV 89502, johnpaul.niega@va.gov. Contract Broker: Shamm Kelly, 415-225-7171, Carpenter/Robbins Commercial Real Estate, Inc., 2000 Crow Canyon Place, Suite 130, San Ramon, CA 94583 415-225-7171 skelly@crcre.com Description: VA seeks to lease approximately 12,000 to 15,000 ABOA Square Feet of space for use by VA as an Outpatient Clinic plus 20 parking spaces for government vehicles to be located within 3 blocks of the proposed property. Offered space must be within the delineated area identified below within the San Francisco, CA area. The maximum size cannot exceed 16,800 Rentable Square Feet. The VA will only consider leased space located in an existing building. Lease Term: Rental scenarios up to 10 years will be requested. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or the offered property must front on any of the following boundary lines: North: Beginning at the intersection of Van Ness Avenue and Geary Street, proceed east on Geary Street to 3rd Street; West: Proceed south on 3rd Street to 22nd Street; South: Proceed west on 22nd Street to Potrero Avenue, then north on Potrero Avenue to 21st Street. Proceed west on 21st Street to Dolores Street; East: Proceed north on Dolores Street to Market Street. Proceed northeast on Market Street to Van Ness Avenue, then proceed north on Van Ness Avenue to Geary Street. The map below is provided for further clarification of the boundaries of the delineated area. Additional Requirements: Offered space must be contiguous and located on no more than two contiguous floors. If the offered space is second floor or above, a minimum of one passenger elevator must be provided on each floor above the ground floor. Elevators must be large enough to accommodate wheelchairs. (2) On-site parking is preferred, however, off-site parking within 3 blocks of the proposed property is permissible. (3) The offered space must be capable of providing an efficient layout which promotes clinic operations. (4) Offered space cannot be in the FEMA 100-year flood plain. (5) Offered space must be zoned for VA s intended use by the time revised initial offers are due. (6) Offered space will not be considered if located in close proximately to property with incompatible uses, including but not limited to the following uses: correctional facilities, an area where firearms are sold/discharged, railroad tracks, or within flight paths. (7) Offered space must be located in close proximity to public transportation. (8) Structured parking under the space is not permissible. (9) 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. (10) Offered space must be compatible for VA s intended use. All submissions should include the following information: (1) Name of actual current owner; (2) Address or described location of building; (3) Location on map, demonstrating the building lies within the Delineated Area; (4) Description of ingress/egress to the building from a public right-of-way; (5) FEMA map evidencing floodplain status; (6) A transportation map identifying proximity of the building to the nearest bus and/or train stop and major transportation routes; (7) Parcel map(s) depicting the property boundaries, building, and parking; (8) Floor plan, ABOA, and RSF of proposed space; (9) If you qualify as a Veteran Owned Small Business (VOSB) or Serviced Disabled Veteran Owned Small Business (SDVOSB) under the NAICS ode 531120, Lessors of Nonresidential Buildings with a small business standard of $38.5 million, please read the attachment at the end of this document, entitled, VOSB or SDVOSB Status. You are invited, but not required to submit a Capabilities Statement; (10) A document indicating the type of zoning; (11) A description of any changes to the property necessary to be compatible with VA s intended use. All interested parties must respond to this announcement by email no later than June 11, 2018, 5:00 PM PDT to: Shamm Kelly #00682521 Carpenter/Robbins Commercial Real Estate, Inc. 2000 Crow Canyon Place, Suite 130 San Ramon, CA 94583 415-225-7171 skelly@crcre.com With a courtesy copy to: John Paul Niega, MBA, Contracting Officer johnpaul.niega@va.gov Market Survey (Estimated): Spring 2018 Occupancy (Estimated): Spring 2021 Attachment - 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 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: Between $250,000 and $500,000 VA makes monthly 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. 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, for a term of up to 10 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on its Technical Information Library: https://www.cfm.va.gov/til/leasing.asp SDVOSB and VOSB 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, Experian Business Identification 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 531120 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. (2-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 San Francisco, CA, Outpatient Clinic Company name: Company address: Experian Business Identification 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 531120 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 RSF). (3-page limit); and 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) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/36C26118R0212/listing.html)
- Record
- SN04928816-F 20180523/180522062900 (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 |