Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2020 SAM #6607
SOURCES SOUGHT

X -- Sources Sought - Tidewater VA Medical Space

Notice Date
12/30/2019 7:16:52 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0183
 
Response Due
1/3/2020 8:59:59 PM
 
Archive Date
03/03/2020
 
Point of Contact
Matthew Leddy
 
E-Mail Address
Matthew.Leddy@va.gov
(Matthew.Leddy@va.gov)
 
Awardee
null
 
Description
Tidewater, Virginia The U.S. Department of Veterans Affairs Seeks Expressions of Interest for leased medical space for occupancy on an immediate basis in Tidewater area of VA. Notice: This advertisement is a notice is for market research purposes and is not a specific solicitation of business.� The purpose of this notice is to identify potential sources for a possible opportunity. Contracting Office Address: Matthew Leddy; matthew.leddy@va.gov; phone: 202-382-2715; United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Office of Facilities Acquisition, (003C1E), 425 Eye Street, NW, Washington DC 20001 Description: VA seeks to lease up to 12,000 ABOA square feet of medical space for occupancy on an immediate basis. This includes existing primary care, mental health, clinics, specialty care, and other medical spaces. VA is seeking to lease space that can be utilized with no or nominal tenant improvements and is seeking space with existing medical equipment in place, or without, for an approximately 3-5 year lease term. Space may include reception area, 6-20 exam rooms, patient, lab and staff restrooms, offices and consultation rooms, breakroom, conference room, lab, x-ray and pharmacy. Lease Term: Up to 5 years. Delineated Area: Submitted properties must be located within Delineated Area. North: Chesapeake Bay and James River West: I 664 South: I 64 East I 64 Additional Requirements: (1) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards (2) A fully serviced lease may be required. (3) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name, phone number, and email for point of contact; Address or described location of building; Floorplan, photos, and description of medical space offered; Sq. ft. available; and (6) Description of medical equipment (exam tables, x ray machines, etc) in place for use by VA (if available); (7) Date space is available; All interested parties must respond to this announcement no later than January 3, 2020 at 4:00 p.m. EST. Responses shall be submitted via email to: Matthew Leddy Contracting Officer Office of Construction and Facilities Management (CFM) U.S. Department of Veterans Affairs 425 I Street NW Washington, DC 20001 (202) 382-2715 Matthew.Leddy@va.gov 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 $1,000 and $10,000. 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. 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, 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 531120 and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system; . 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 Tidewater VA Primary Care 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 531120 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; By: ____________________________________ (Signature) ________________________________________________________________ (Print Name, Title)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43071e177f894633b73144bfc2e7786e/view)
 
Record
SN05525044-F 20200101/191230230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.