Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOURCES SOUGHT

X -- Hobbs CBOC RFI - Sources Sought Notice

Notice Date
8/27/2018
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs, VA North Texas Health Care System, Department of Veterans Affairs No. Texas Health Care System, Contracting Office (90C), 4500 S. Lancaster Road, Dallas, Texas, 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q9935
 
Archive Date
10/11/2018
 
Point of Contact
Terri Wyche,
 
E-Mail Address
Terri.Wyche@va.gov
(Terri.Wyche@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Hobbs 36C25718Q9935 - DISCLAIMER DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 8,300 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Medical Space in the area of Hobbs, NM. 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: Terri L. Wyche at 972-708-0820 and terri.wyche@va.gov, United States Department of Veterans Affairs (VA), Network 17 Contracting Office (NCO17), 124 E. Highway 67, Suite 100, Duncanville, Texas 75137 Description: VA seeks to lease approximately 8,300 ABOA Square Feet of space and a minimum of fifty ( 50) parking spaces, six (6) of which are marked and designed as handicapped for use by VA as a Medical Clinic in the delineated area explained below within Hobbs, NM. The maximum rentable square feet (RSF) cannot exceed 11,205. VA will consider leased space located in an existing building. Lease Term: Up to 10 years, 5-year fixed firm and (1) 5-year option. 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: HWY 62 Bounded on the South: East Navajo Dr. Bounded on the West: East Seminole Hwy Bounded on the East: NW County Rd. The facility must be located within the 88240 zip-code. Additional Requirements: (1) Offered space must be located on [a single floor contiguous space]. (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) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20’) feet. (5) Offered space cannot be in the FEMA 100-year flood plain. (6) Offered space must be zoned for VA’s intended use by the time initial offers are due. (7) 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. (8) Offered space will not be considered if located in close proximity to residential or industrial areas. (9) Space will not be considered where apartment space or other living quarters are located within the same building. (10) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. (11) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department. (12) 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. (13) Offered space must be easily accessible to multiple highways, which provide multiple routes of travel. (14) Structured parking under the space is not permissible. (15) 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. (16) A fully serviced lease may be required. (17) Offered space must be compatible for VA’s intended use. All submissions should include the following information: (1) Name of current owner; (2) Address or described location of building; (3) Location on map, demonstrating the building is within the Delineated Area; (4) Description of ingress/egress to the building from a public right-of-way; (5) A statement as to whether the building lies within the Delineated Area; (6) Description of the uses of adjacent properties; (7) FEMA map evidencing floodplain status; (8) A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; (9) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; (10) Site plan depicting the property boundaries, building, and parking; (11) Floor plan, ABOA, and RSF of proposed space; (12) 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 read the attachment, entitled, “VOSB or SDVOSB Status”. You are invited, but not required to submit a Capabilities Statement; (13) A document indicating the type of zoning; (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 must respond to this announcement no later than September 26, 2018 at 4:30 p.m. CST. 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 [Choose one]: __ (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; __ (e) Between $500,000 and $1,000,000; _ X ( 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. [Range should take into account the FMV of the project as calculated in our OMB scoring workbook plus the estimated lump sum payment of $83/ABOA Square Foot.] 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: VA 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, Dun and Bradstreet Business Identification Number (DUNS 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. (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 [City, State, Project Type] 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9935/listing.html)
 
Record
SN05058746-W 20180829/180827231614-85cce9e04e7989a5d723ce6e592b8bdd (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.