Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
DOCUMENT

X -- CBOC Lease, Yakima, WA - Attachment

Notice Date
8/2/2018
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
36C26018R0382
 
Response Due
8/16/2018
 
Archive Date
11/23/2018
 
Point of Contact
Brian M Corey
 
E-Mail Address
9-2023<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 SOURCES SOUGHT NOTICE COMMUNITY-BASED OUTPATIENT CLINIC YAKIMA, WASHINGTON The U.S. Department of Veterans Affairs (DVA) is seeking expressions of interest to lease 14,000-14,500 ABOA square feet of space in Yakima, Washington SPACE TYPE: Community-Based Outpatient Clinic (CBOC) NET USABLE SQUARE FEET: 14,000-14,500 ABOA SF LEASE TERM: 20 Years Total (10 years firm term; 10 years soft term) ESTIMATED OCCUPANCY: September 2020 DELINEATED AREA: Reference Description, below NOTICE: This advertisement is not a solicitation for offers nor is it a request for lease proposals. It is a notice of a potential opportunity. The purpose of this notice is to identify potential sources and suitable properties. It is not intended to pre-qualify or disqualify any potential offer. The Government will not pay for any costs incurred because of this advertisement. The Government does not provide any warranty, express or implied, as to the accuracy, reliability, or completeness of the information provided in this advertisement. The Government is under no obligation or responsibility to respond to any inquiries regarding this advertisement. The Government will not award a lease contract based on the responses to this notice and request for expressions of interest. DESCRIPTION: The DVA seek information from potential offerors who are capable of successfully performing a lease contract, either in an existing building, or including design and construction of the facility, on a DVA pre-approved site. The lease contract will include maintenance and operational requirements for the duration of the lease term. More information regarding building and physical security requirements can be found in the DVA s Technical Information Library at http://www.cfm.va.gov/til/. The DVA sees to lease 14,500 American National Standards Institute (ANSI) / Building Owners and Managers Association (BOMA) (ABOA) square feet of space and a minimum of 75 parking spaces for use as a CBOC in the delineated area, described, below. ABOA (also known as net useable) 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 (RSF) of the facility. ABOA 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 the DVA should a solicitation for offers or a request for lease proposal (RLP) be issued for this project. CONTRACTING and EXPRESSION OF INTEREST SUBMISSION: All interested parties (owners, brokers, or their legal representatives) should submit an expression of interest electronically (via email attachment) no later than 4:00 p.m. Mountain Time on August 16, 2018, to the DVA s representative, Brian Corey at brian.corey2@va.gov, subject: Yakima CBOC Expression of Interest. Socio-Economic Requirements: This advertisement is being published to determine if the solicitation should be set aside for small business concerns. The NAICS code for this procurement is 531120 Lessors of Nonresidential Buildings. The small business size standard is $38.5 million. An interested party is required to be registered in the System for Award Management (www.sam.gov). If the interested party is a veteran-owned small business (VOSB) or a service-disabled veteran-owned small business (SDOVSB) concern, they shall be registered in the DVA s Vendor Information Pages (https://www.vip.vetbiz.gov//). Lease Term: The lease term will be for a total of 20 years; 10 years firm term and 10 years soft term. The DVA reserves the right to request other or multiple lease structures. The DVA makes monthly lease payments in arrears upon facility acceptance, and will make a single lump-sum payment for specified tenant improvements. The DVA will not make progress payments during the design and tenant improvement / build-out phases of the project. Magnitude of Costs for Tenant Improvements / Buildout: The magnitude range of the anticipated tenant improvements/buildout for this project is between $1,000,000.00 and $2,000,000.00. Delineated Area of Consideration: To receive consideration, submitted properties shall be located within the area described, below, which is bounded by the following roads. Property that have frontage on a boundary is considered to be within the delineated area of consideration. North: River Road Extended South: West Valley Mall Boulevard Extended East: Interstate 82 Extended West: South 96th Avenue Extended Additional Building Requirements: The offered space shall meet or be able to meet the following: 1. The building must meet or be able to economically meet the seismic requirements for buildings in High Seismic activity area(s) as defined in American Department of Veterans Affairs Handbook H-08-18 references to American Society of Civil Engineers 7 Section 1.5. Offers of existing buildings will be evaluated according to the procedures in ASCE 31-02 for the Immediate Occupancy Performance Level. 2. Shall be contiguous and built to DVA specifications. 3. Shall be zoned for DVA s intended use. 4. Shall be a full-service lease (shall include janitorial service and utilities). 5. Shall not be in the FEMA 100-year flood plain. 6. Shall not be a sublease. 7. Shall include a minimum of 75 parking spaces (including handicap accessible spaces in accordance with Americans with Disabilities Accessibility Act requirements). 9. Shall be located within 1,320 walkable feet of a Yakima Transit bus route. 10. Proposed properties must be serviced by the local police and fire departments. 11. Shall meet DVA, other Federal, and Local Government requirements for fire safety, physical security, accessibility, and sustainability standards per the terms of the solicitation for offers or request for proposals. 12. Offered space must, at a minimum, meet Facility Security Level (FSL) II as set by the Department of Homeland Security Federal Protective Services. Expression of Interest / Capabilities Statement: All legitimate interested parties are invited to provide a response to this notice informing the DVA of their interest in this potential lease. 1. Expressions of Interest shall be provided in searchable PDF format and shall be submitted as an email attachment to Brian Corey at brian.corey2@va.gov. 2. Expressions of Interest shall not exceed five (5) pages, total. 3. Expressions of Interest shall include: a. The interested party s company name, address, and Dunn & Bradstreet number; b. The company point of contact, including name, phone number, and email address; c. The physical address of the property, or properties, that may be offered, including a map showing the physical location of the property. d. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; e. Documentation of the type of zoning and a statement that the DVA s intended use is permissible for the proposed space; This notice is not a request for a lease proposal. It is only a request for information for planning purposes. It does not constitute a solicitation. A solicitation may or may not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/36C26018R0382/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018R0382 36C26018R0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523161&FileName=36C26018R0382-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523161&FileName=36C26018R0382-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05017632-W 20180804/180802231220-133224e99dd0508a6636472a15b56a7a (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.