SOURCES SOUGHT
X -- Liberal, Kansas VA Clinic New Lease
- Notice Date
- 3/10/2020 9:02:03 AM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520R0059
- Response Due
- 4/13/2020 12:00:00 AM
- Archive Date
- 06/12/2020
- Point of Contact
- Melissa Braumelissa.brau@va.govMegan Knightmegan.knight@va.gov
- E-Mail Address
-
melissa.brau@va.gov
(melissa.brau@va.gov)
- Awardee
- null
- Description
- The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 1,215 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Clinical Space in the area of Liberal, Kansas. 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: Melissa Brau at 913-946-1133 and Melissa.brau@va.gov , United States Department of Veterans Affairs (VA), Network 15 Contracting Office (NCO15), 3450 South 4th St, Leavenworth Kansas 66048 Description: VA seeks to lease approximately 1,215 ABOA Square Feet of space and 15 parking spaces for use by VA as a VA Clinic (Community Based Outpatient Clinic) in the delineated area explained below within Liberal, Kansas. VA will only consider leased space located in an existing building for a build-out lease option. Lease Term: Up to 20 years, 10 year fixed firm and 10 year soft term with termination rights in the soft term. 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: County Road 6 Bounded on the South: West Pine Street Bounded on the West: County Road F Bounded on the East: County Road K The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area. ROOM REQUIREMENTS 3 EXAM ROOMS TELEHEALTH ROOM PRIMARY CARE TEAM ROOM MSA ROOM WAITING ROOM TELECOMMUNICATION ROOM All perimeter walls shall extend from floor slab to structural system (deck) to prevent up and over access Four (4)) electrical 20 amp Dedicated HVAC unit for this room separate thermostat No windows or other openings Metal frame and door with dead lock pin, automatic locking upon entry and exit Doors shall be 1-3/4 in hardwood or hollow steel with welded pins or door hinges will be inside the room. All doors shall be outfitted with 2 locksets. Doors with metal frames shall have a mortise lock with a deadlock pin feature and automatically latch on closure. If the door is not in a steel frame, one of the two locks must be a jimmy-proof rim dead lock. Building ground should be supplied to closet via green jacketed #2 stranded copper wire. Building ground cables should enter the room via 1/2 or smaller conduit that is securely fastened to the wall. (Unistrut or similar device) The conduit should not extend lower than 7 10 from the floor. This will accommodate room for a cable tray connected to a 7 equipment rack. Cat 6E cables should enter the room via 6 or larger conduit that is securely fastened to the wall. (Unistrut or similar device) The conduit should not extend lower than 7 10 from the floor (8 to 8 6 would be ideal if possible). This will accommodate room for a cable tray connected to a 7 equipment rack. 25 Pair cable cables should enter the room via 3/4 or larger conduit that is securely fastened to the wall. (Unistrut or similar device) The conduit should not extend lower than 7 10 from the floor. This will accommodate room for a cable tray connected to a 7 equipment rack. STORAGE, STERILE ROOM LAB ROOM EMPLOYEE BREAK ROOM RESTROOM (MALE AND FEMALE) Door, hardware, lavatory, mirror and other accessories shall be accessible and designed for wheel chair access per the Uniform Accessibility Code Minimum one (1) accessible wall hung water closet and wall hung lavatory or as required by the International Plumbing & Building Codes Grab bars: For water closet Toilet paper dispenser Lavatory: Wall Hung with automatic sensors, gooseneck spout with plain outlet. At VA's option power operated automatic sensors may be required. Mirror: Minimum over lavatory, 24""x 36"" Built-in waste receptacle and paper towel dispenser Wall mounted soap dispenser Wall mounted coat rack Baby changing stations One (1) GFCI electrical outlet Tile Flooring per VA selection SPACE FOR COPIERS, FAX, SHARED PRINTERS OTHER ROOM CONSIDERATIONS Centralized check-in/check-out should be considered for efficient utilization of staff. The reception area is to be strategically located to give the office manager and/or team leader clear observation of waiting areas. Corridors must be 6 feet in clear width. Signage outside building provided by the Lessor, according to VA specifications and meets City Ordinances. All rooms (except IT Closet) should be master keyed, locking mechanism should be on the inside of the frame, and locking mechanism must be approved by the VA. Facilities shall be non-smoking and Lessor must provide designated smoking areas along with signage prohibiting smoking and directing visitors and tenants to the designated smoking areas. OTHER REQUIREMENTS: THE GOVERNMENT WILL PAY FOR THE FOLLOWING: Courier Service Tenant Improvements to building THE LESSOR WILL PROVIDE: Snow/ice removal Heating system, and heating system maintenance and repair. Window washing and window washing supplies (windows to be washed inside every 3 months and washed outside every 6 months by Lessor) Lawn and landscaping maintenance (including exterior trash pickup outside 5 foot radius of exterior doors) performed weekly. Replacement of exterior/interior light bulbs/lamps that are hardwired to the building power Plumbing maintenance and repair Air conditioning, and air conditioning system maintenance and repair (balance report and adjustment for HVAC system provided annually to VA COTR. This test is to be performed by a licensed HVAC system balancing contractor.) Electrical maintenance and repair Electrical Utility Service Water Service Heating Fuel / Natural Gas Utility Service Scheduled paintings every 4 years with wall patching and touch ups yearly with no additional cost Carpet cleaning once every 6 months or as necessary. Carpet repair and replacement-scheduled and for damage Trash removal Janitorial service and janitorial supplies Supplies (soaps, tissues, towels, toilet paper, etc.) Pest Control A Fire Alarm and Intrusion System. Include a Dispatch Service and all Maintenance and Testing in accordance with NFPA Security Alarm System and Monitoring Recurring Utility bills GENERAL TECHNICAL REQUIREMENTS: GENERAL: The building must be of sound and substantial construction for use as a modern office and outpatient space. Any corrections or changes must be made prior to VA occupancy. Buildings which have reasonably incurable or functional obsolescence and/or are unsuitable in configuration for medical space floor plan layout may be rejected by the contracting officer. A proposed floor plan will be submitted with the proposal package. ACCESSIBILITY: Facility must be in full compliance with American Barriers Act (ABA) requirements, including building, building access, and parking. Accessibility for new construction: to be considered for award, building to be constructed must fully meet the new construction requirements of the Americans with Disabilities Act Accessibility Guide (ADAAG) (36 CFR Par 36, App. A), the Architectural Barriers Act Accessibility Standard (http://www.access-board.gov/guidelines-and-standards/buildings-and-sites/about-the-aba-standards) and Department of Veterans Affairs Barrier Free Design Standard (PG-18-13, January 1, 2017). The VA Barrier Free Design Standard can be found at the following website: https://www.cfm.va.gov/til/etc/dsBarrFree.pdf . All doors to patient accessible areas shall be 48 minimum width. Where standards conflict, the more stringent shall apply. CODES: Structure shall be in compliance with local, national, and the International Building Code, and all applicable current NFPA Fire and Life Safety codes. Where codes conflict, the more stringent shall apply. The Lessor shall develop and submit a design that is clearly defined, meets the overall solution for the primary CBOC construction project. The design shall be in accordance with the Criteria For Design And Project Development, General Requirements and address the technical requirements, and new construction. The Lessor shall meet with the Contracting Officer s Technical Representative (COTR) prior to start of design to determine detailed requirements of work involved. The Lessor shall design the space to conform to the requirements of the following VA documents, in preparing the design specified in this work order amendment. These documents can be found at the following website: http://www.cfm.va.gov/til/spec.asp SPECIFICATIONS FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project). Other design criteria may be required to meet specific requirements of the design work scope that are not listed above, or are not available on the VA Office of Facilities web site. Design shall be in accordance with applicable federal, state, and local codes. The Lessor is responsible for obtaining and complying with all such criteria. SITE CONSIDERATIONS: LOCATION: Facility must be highly visible and located in an area accessible to and from main thoroughfares. PARKING: Adequate, safe lighted parking on site for 13 regular vehicles and 2 handicap vehicle parking spaces shall be provided, with one designated van drop off/loading area. County or City requirements may supersede this specification. ACCESSIBLE PARKING: The accessible parking spaces must be immediately adjacent to the building, meeting local code but not exceeding a distance of 60 feet of entrance. Accessible spaces will be marked with signage by lessor. Entrance to the clinic must be handicap accessible in accordance with ABA. SITE TOPOGRAPHY: Site topography must not have pedestrian traffic grades exceeding 3% slope, 1 ft elevation change in 33 feet. EXTERIOR SIGNAGE: Lessor must provide, approved by the VA, an internally lighted sign with VA logo and words ""Liberal Community Based Outpatient Clinic"" on sign a minimum of 4 ft by 8ft legible from main serving road. Sign shall be a minimum of 24 inches above finished grade. Lessor shall develop and provide a complete exterior signage plan to include identification, directional, informational, and regulatory signage. Signage must comply with local municipality s codes and specifications. Careful consideration of the location of monument signs shall be taken to avoid sight triangle encroachment. Lessor shall provide signage on the building/ door. SIGNAGE AND WAYFINDING: A ""wayfinding"" process needs to be designed into every project. Veteran clients, visitors, and staff need to know where they are, what their destination is, how to get there, and how to return to their origination point. Identification, personalization of occupied spaces, and orientation are all to be addressed in the design. Wayfinding is to be thought of broadly as building elements, color, texture, and pattern cues, as well as a coordinated set-up for separate contacted signage and artwork. Lessor shall provide interior signage for and 10 x 2 inch standard aluminum wall sign (holder) for slide in name plates. (VA will purchase name plates). SITE FLAGPOLE: A flagpole will be provided and installed by the Lessor at a location to be approved by the LCO. The flagpole will be 25 foot (minimum height). Flagpole shall include adequate lighting to illuminate flag between dusk and dawn. Flagpole shall be protected from vehicular traffic. Lighting shall be controlled by a photocell device. The flag will be provided by the Government. DRINKING FOUNTAIN: An accessible public, refrigerated, wall hung drinking fountain will be provided in the waiting room or adjacent to the waiting room but not in the corridor. SIDEWALKS: Accessible minimum 5 foot wide sidewalks must be available from parking to entrance. RAMPS: Ramps with over 3% rise, 1:33 slope, must have metal handicap style handrails on both sides. LANDSCAPING: If site topography permits, site will be equipped with bushes and trees. ARCHITECTURAL: FLOORS: Space shall be all on one level with direct parking lot access. Entrance shall be handicap accessible. WALL FINISHES: Painted walls shall be washable semi-gloss; ceilings shall be flat paint finish. All other painted surfaces shall be washable semi-gloss. Low VOC Paint shall be used. Wall coverings shall be washable vinyl or washable paint. Lessor shall repaint entire clinic on a 5-year cycle at no extra cost. Any vinyl covered walls to be refinished at a minimum of every 5 years at lessor s expense. VA to select colors. Vendor shall be responsible for moving and returning of furniture to allow painting and vinyl replacement. Painting/vinyl work shall be done after hours and must be odor free when clinic opens for business. Perimeters of rooms must have rubber or vinyl base cove. All walls shall be finished, no exposed ductwork, conduit or piping. Install chair rail to protect wall services. WALLS: The Lessor shall provide sound dampening insulation in all interior walls. FLOOR FINISH: Carpet tile shall be used. Carpet shall be replaced as necessary, but at a minimum of every 7 years at no cost to the VA. VA to select color. Carpet must have a pile weight of 28 ounces per square yard minimum, a face weight of 28 ounces per square yard and 68 ounces per square yard minimum total weight. Carpet must be continuous filament pile yarn with soil hiding nylon, acrylic/nylon combinations. Carpet must be a maximum 1/2 inch thick, padding is not permitted. Carpet must meet recommended fire/smoke requirements. Vendor responsible for moving and returning furniture during replacement of carpet. Carpet shall be replaced if torn to match existing carpets. All other rooms shall be vinyl tile. Restroom floors and wainscoting shall be ceramic tile. All other floor surfaces to be vinyl tile. Flooring materials shall be free of asbestos containing materials. CEILING FINISH: Ceilings may be sheetrock or lay in tile. Lessor to replace any wet, cut, or damaged ceiling tiles or sheetrock as damage occurs. INTERIOR DESIGN: Color/Finish proposals to be done by a professional interior design service. A minimum of 3 proposals will be provided to the VA each time new finishes are to be reviewed. ASBESTOS / ENVIRONMENTAL HAZARDS: Existing buildings must be asbestos, mold and lead free. ENERGY CONSERVATION: The windows must be double glazed and the walls and roofs must be insulated. Entire facility, including doors and windows must be weather tight. Building insulation and HVAC system must meet DOE recommendations for this region. All appliances shall meet ENERGY STAR� Eligibility Criteria. Building must have evening and weekend set back thermostats. Provide high water-efficient fixtures & appliances. The contractor shall install a weather-resistant barrier wrap, preventing rain from getting into the wall assembly while allowing water vapor to pass to the exterior. The wrap material shall reduce air infiltration into the building. All hot water piping shall be insulated. The building shall be designed to meet the following minimum requirements: under slab/foundation R-3.5, wall R-21, ceiling/roof R-39. Windows and doors shall be rated at the following minimum requirements: U-Factor 0.30, Solar Heat Gain Coefficient 0.31 and low E glass. Each room and hallway will have an occupancy sensor installed, excluding the waiting room. DOORS: Minimum door width is 36 inches. Doors shall be 1-3/4 solid core wood. Exterior entrance door shall be a minimum of 48 inches. Exterior doors and utility rooms to be equipped with automatic door closers. Automatic door openers are required at the main entrance of the clinic and waiting room bathrooms for handicap accessibility. Automatic doors are also required on doors leading from the waiting room to the clinic areas. Doors to the clinic area shall be push pad operated on the clinic side and numerical combination operated on the waiting room side. Exterior doors with removable hinge pins will be retained with set pins or spot welded. A locked door will be required from the main waiting room to access the clinic areas. VA will assign locations of doors after award of contract. DOOR HARDWARE: Doors shall have door handles or door pulls with heavyweight hinges. All doors shall have corresponding doorstops (wall or floor mounted) and silencers. All public use doors and toilet room doors shall be equipped with kick plates. Exterior doors and all common area doors shall have automatic door closers. All building exterior doors shall have locking devices and shall have panic type devices. All hardware shall provide unrestricted egress and be capable of restricting access from the exterior. Properly rated and labeled fire door assemblies shall be installed on all fire egress doors. Doors shall have door handles or door pulls with heavyweight hinges. The Lessor is encouraged to avoid the use of chrome-plated hardware. All doors shall have corresponding doorstops (wall- or floor-mounted) and silencers. Doors designated by the Government shall be equipped with 7-pin, tumbler cylinder locks and strike plates. All door entrances leading into the Government-demised area from public corridors and exterior doors shall have automatic door closers. All locks shall be master keyed. Furnish at least two master keys for each lock to the Government. Any exterior entrance shall have a high security lock, with appropriate key control procedures, as determined by Government specifications. Hinge pins and hasps shall be secured against unauthorized removal by using spot welds or peened mounting bolts. The exterior side of the door shall have a lock guard or astragal to prevent jimmying of the latch hardware. Doors used for egress only shall not have any operable exterior hardware. All security-locking arrangements on doors used for egress shall comply with requirements of NFPA 101. LOCKS: All doors must be equipped with cylinder lock locking hardware and master keyed to match existing VA Best brand, 7 pin locking system. Egress doors must be equipped with panic hardware and meet NFPA requirements for exit. Toilets to be equipped with privacy locks that can be unlocked in emergency with coin from outside. The Lessor will be responsible for providing and installing an automatic locking system with a buzzer to be used on the door from the waiting room to access the clinic area. The Lessor/Owner shall provide all hardware to include the interchangeable cores. The Lessor shall be responsible for the cost of the cores. The Lessor/Owner shall provide a door schedule submittal for VA approval. The key numbering convention will be agreed upon during the design phase. Three master keys will be provided to the government. An exception to the building entrance will be made when the VA is not sole building tenant. The entire space will be keyed the same with the exception of the following spaces: Electrical Closet, OI&T Closet SIGNAGE: Emergency egress signage meeting Life Safety code and The Joint Commission (TJC) is required. All rooms must be equipped with solid plastic identification signs with room function and room number. Unicore brand signage (or approved equal) required in order to match VA system signage-will be approved by COTR. Owner to provide overhead directional signage to restrooms. Emergency egress signage meeting NFPA Life Safety code and Joint Commission is required. All signage must be ABA compliant. For additional information regarding signage see http://www.cfm.va.gov/til/spec.asp PRIVACY: Aural privacy is required between rooms and between rooms and corridor so that private patient information may be discussed without being overheard. For sound privacy, walls of counselor offices and group/conference rooms must be constructed using one of the partition types below and be sound insulated with an approved acoustical insulation. All doors must be solid core and include mechanical door bottom seals where necessary. All doors must be solid core. There is to be a privacy door(s) between the clinic area and the reception/waiting area. Wall construction of STC50. See VHA Program Guide PG-18-3, Topic 11, Noise Transmission Control for further guidance. Partition type options: Option #1 Head Condition: Slab to deck partition extends up to the underside of the deck above, with continuous acoustical sealant. Option #1 Partition Assembly: � quiet rock or equal, 3 5/8 metal stud framing, 3 � acoustical insulation (roxul or equal), � gypsum wall board Option #2 Head Condition: partition extends 12"" above highest ceiling, both sides of wall. 6"" unfaced mineral fiber blanket insulation friction fit for sound deadening (ROXUL or equivalent approved acoustical insulation) Option #2 Partition Assembly: � quiet rock or equal, 3 5/8 metal stud framing, 3 � acoustical insulation (ROXUL or equal), � gypsum wall board Base Condition: Continuous Acoustical Sealant Doors: should be solid core with sound gaskets and sweeps. Door frames should be insulated. Outlet boxes: cover all sides of all tel. & elec. Outlets with 1/4"" thick acoustical sealant before applying gwb. Do not install outlets back to back. To maintain max spacing between outlets on opposite sides of partitions. WINDOW TREATMENT: Windows must be covered with vertical window blinds that utilize traverse rods provided by the Lessor. Blinds that utilize pull cords are not acceptable. Traverse rods shall draw from the center, right or left side. Horizontal blinds are acceptable only for enclosed integrated blinds. Draperies are not acceptable. BATHROOMS: Sinks shall be equipped with soap dispenser provided by the lessor. A shelf and mirror provided by the lessor shall be installed above each sink. Each commode shall have a toilet paper dispenser provided by the lessor installed within easy reach. A coat hook shall be installed on inside face of stall doors. A paper towel dispenser provided by the lessor shall be installed near the sink. All bathrooms shall meet handicap accessibility codes and will include grab bars at commode. The men's toilet shall have a urinal in addition to a commode, if size of bathroom permits. All toilets shall meet handicap accessibility codes and will include grab bars at commode. Metal partitions required at urinals and metal partitions with doors at commodes unless otherwise noted. CORRIDORS: All corridors shall be a minimum of 6 feet wide and shall include VA approved handrails and VA approved lower wall protection. FIRE EXTINGUISHERS: Portable 10 lb. fire extinguishers will be provided, hung and maintained by the VA. Lessor is to install recessed fire extinguisher cabinets at appropriate locations to meet NFPA. COUNTERS: All counter tops shall be solid surface material (ex. Corian type) all exposed edges shall have a minimum � radius (top, bottom, and corners). PATIENT TRAFFIC FLOW IN BUILDING: Building to be arranged such that patients enter immediately into vestibule, then enter waiting room to reception counter and finally enter clinical areas. CANOPIES: Entrance doors will be recessed 3 feet or a minimum of 3 ft by 3 ft rain canopies will be over each entrance door. Vestibule (air lock) must have 2 sets of doors separated by at least 8 feet. Both doors in each set must have an automatic door opener. VESTIBULE: Vestibule shall be ABA compliant. ACOUSTICAL REQUIREMENTS Reverberation Control. Ceilings in carpeted space shall have a noise reduction coefficient (NRC) of not less than 0.55 in accordance with ASTM�C 423. Ceilings in offices, conference rooms, and corridors having resilient flooring shall have an NRC of not less than 0.65. Ambient Noise Control. Ambient noise from mechanical equipment shall not exceed noise criteria curve (NC)�35 in accordance with the ASHRAE Handbook of Fundamentals in offices and conference rooms; STC�50 in corridors, cafeterias, lobbies, and toilets; STC�50 in other spaces. Noise Isolation. Rooms separated from adjacent spaces by ceiling high partitions (not including doors) shall not be less than the following noise isolation class (NIC) standards when tested in accordance with ASTM�E 336: Group Rooms STC�47-50 Counseling Offices STC�50 The sound resistant enclosures (partitions, doors, duct system) of the spaces listed below shall be designed to suppress generated noise and provide a satisfactory degree of acoustical isolation for adjacent occupied spaces. A minimum Sound Transmission Class (STC) rating of 50 shall be achieved. The required rating may be achieved through the use of construction such as a double layer of GWB on both sides or Quiet Rock product on both sides, slab/slab and/or ROXUL insulation for above ceiling. Alternatively, a gypsum board ceiling or gypsum board lay-in ceiling panels, both with sound attenuation blanket above the ceiling, shall be provided where ducts, pipes, etc., make it impractical to extend sound partitions to slabs or deck above. Where gypsum board ceilings with attenuation blankets are used, the double GWB partitions and sound attenuation blanket shall extend 6"" above the ceiling. Studs shall continue to the floor above. Special attention shall be given to prevent possible flanking paths for noise transmission. Use sound gasketing around doors and door sweeps. In the design of exterior building walls at sites near airports, freeways, or heavy city traffic, consideration shall be given for the control of noise transmission from external sources. UTILITIES: CABLE TV: Lessor shall provide empty 2x4 boxes for cable TV audio/video wall jack for connection to a VA furnished television in the Reception area. A 120 volt duplex electrical outlet will be located adjacent to the cable box outlet. The Lessor shall provide duplex outlet, empty cable box and cable route access. SINKS: The lessor shall provide and install wall-mounted soap dispenser and paper towel dispenser for each sink. EMERGENCY LIGHTING: Must have adequate power failure lighting in corridors and waiting room. Lessor responsible to maintain function of emergency lighting including bulbs, batteries and all other parts. Lights will be periodically tested by VA. Lights will have dual power source (normal power and battery back-up or generator) and automatic activation to illuminate egress route. SECURITY: Security will be provided in compliance with the VA Physical Security Design Manual for a Life Safety type facility. For specific areas in the facility (IT Closet, Medicine room) the requirements of VA Handbook 0730/4 apply. Overall security shall also include deterring loitering or disruptive acts in and around the space during duty hours. Tenant shall have security within the tenant space, separate from that of the general building security. Keys/cipher locks OR key fob/card reader capability for employee access. No public access to the offices will be allowed. Security Alarm Intrusion Detection System Provide a security system, to alarm upon illegal entry or loitering in the leased space and to prevent unauthorized entry 24 hours per day, 7 days per week that alarms locally at the site and to a remote monitoring location. CCTV Monitoring/Surveillance Install twenty-four hour Closed Circuit Television (CCTV) coverage and recording operated internally, and maintained by the Lessor. The Building Security Assessment of the building will determine the exact number of cameras and locations. Time-lapse video recordings (digital storage) are also required and need to have at least 180 days of storage capacity. The DVR for the time-lapse video recordings will be housed in the telecommunications space and be compatible with the current security CCTV system at the main facility. The camera system will be integrated with the intrusion detection system. Interior: The following areas are required to be under camera surveillance: The general waiting area, IT Data Room, Entrance to the Mechanical Room, hallways, common areas, all exits/egress doors for the facility and building perimeter (i.e., parking lots, rear of the building and all applicable areas). Exterior: The following areas are required to be under camera surveillance: Patient and employee parking and all entrances. LIGHTING: Lessor to replace lamps on interior lights. Lessor to provide and replace lamps on exterior lights. Lighting to provide a minimum of 70 foot candles in work areas and 30 foot candles in non-work areas. Building entrances and parking lot to be lighted with high efficiency exterior lighting. HVAC: The heating, air conditioning and ventilating systems shall meet city, state and national codes and be designed to meet ASHRAE minimum recommendations. The repair and maintenance of the HVAC system including replacement/cleaning of filters according to manufacturer recommendations shall be maintained by the lessor. At a minimum, equipment shall be serviced two times per year, once in the fall prior to the heating season and once in the spring prior to the cooling season. Failure of the HVAC system shall be treated as an emergency with response within 3 hours. Equipment must maintain temperature ranges between 70-76 degrees regardless of weather conditions. Bathrooms, housekeeping closet and multipurpose exam room will all include exhaust venting to the outside to create a negative pressure in these rooms. Data room shall have extra cooling supplied, sufficient to keep the room at 70-75 degrees controlled by its own thermostat. Rooms shall have a minimum of 6 air changes per hour. The building will be provided with enough thermostats and controls to adequately control the space. HVAC shall be a certified system and Lessor will provide a room by room listing of supply and return CFM. **The data closet will be provided a separate, thermostatically controlled cooling unit capable of maintaining 70 degrees F with computer equipment producing a 12,000 btu heat load. ELECTRIC: Electric panels must be circuit breaker type with 25% excess capacity. Circuit breakers must be identified as to area served. Bathrooms and other wet locations must be equipped with GFCI outlets. All items must be U.L. approved. Rooms must be equipped with at least one duplex outlet on each of four walls of rooms and an additional outlet for walls longer than 12 feet. Smaller rooms must have at least two outlets. No more than 8 outlets per circuit. Data closet to have at least 4 120V duplex outlets on 2 circuits. Lessor to provide one 120 V duplex in the center of the group clinic rooms, above the ceiling for future projector mounting provided and installed by the VA. Corridors will have outlets at least every 25 feet. All outlets in all rooms to be set ground plug up. All electrical systems shall meet and be in compliance with the National Electric Code (NFPA 70). Standard size � conduit or above shall be used throughout entire space leased by the VA. Flexible whips are permitted only for lighting of type MC Cable and shall be used in accordance with NFPA 70. Outlet placement will be indicated by the VA during design review. CHANGES: As part of the lease the Lessor will provide the VA with a cost per electrical outlet for the Lessor to install electrical outlet additions to the facility beyond the previously listed requirements. FIRE ALARM: Building to be equipped with fire alarm system that meets city, state and NFPA code requirements and remote annunciation to local fire department or monitoring service. Fire alarm testing required by NFPA is the responsibility of the Lessor. Complete testing will be done at least once per year. Copies of all test reports will be sent to the VA COR. At a minimum, there will be pull stations at each exit and smoke detectors in waiting areas, corridors, furnace/HVAC rooms and storage rooms. Strobes/audible devices will be installed as to be visible in all directions and in conference/multipurpose rooms. Fire sprinklers will have tamper and flow alarms and be tested in accordance with NFPA standards. WET AUTOMATIC FIRE SPRINKLER: Building will have an NFPA compliant wet automatic sprinkler system. Building shall be fully sprinklered and contain all necessary fire alarm features. Lessor will be responsible for performing all NFPA required testing and maintenance on the system. UTILITIES: Availability of utilities is the responsibility of the Lessor. The Lessor is responsible for the cost of utility usage (electricity, gas, water, trash and sewage) based on consumption. If the VA area is co-joined to space leased to others, then the Lessor will provide separate metering to measure government usage. The Lessor is required to pay any deposits and hook-up fees relative to utilities. DATA CLOSET REQUIREMENTS: DISTRIBUTION FACILITY: (communications/data closet): The room shall be a minimum of 80 sq. ft. room. The Lessor shall install a 4 foot by 8 foot � inch thick fire retardant plywood board on the wall of the telephone closet for the mounting of equipment. The plywood board should be placed so that stenciling is facing away from the wall to clearly display it. (Ortronics Series or equal). All DMARC equipment should terminate in this room from the exterior point of presence. Fiber should be terminated to ST type connectors. FIBER: All fiber-optic cables, equipment and terminations shall comply with ANSI/EIA/TIA specifications and with specifications in the below table: DATA WIRE: Cable shall be as indicated in the table below. Terminate cable on RJ-45 high density modular 110 patch panels. Each patch panel shall have a channel identification system that allows numbering or labeling of the jacks (A,B= phone; C,D= data). Provide and run the 25 pair cable. Install a minimum 25 pair phone and 4 pair fiber optic cable from the primary Point of Presence (data closet) to all other closets in a multi-level or multi closet system JACKS: Jacks shall be quad with a 4 position faceplate, Category 6E compliant, eight position RJ-45 jack designed for Voice/Data (jacks wired for 568B Category 6E standards), Ortronics Series. Furnish and install two quad jacks for each room, except where site drawings specify otherwise. Locations and number of drops will be determined by the site service drawing provided by the VA. SECURITY: Construct walls deck to deck with no opening to prevent up and over access. The barricade must be with a suitable partition in the interstitial space. Ventilation grills on doors and air circulation ducts which exceed 0/06 m2 (100 square inches) must be reinforced to prevent their removal from outside the room. Other possible access means such as dumbwaiter shafts, roof or wall ventilator housings, etc. must be secured by an appropriate means. Door Construction: Doors are to be of 45mm (1-3/4 in.) solid core hardwood or hollow steel construction. Dutch or half doors are unacceptable. Removable hinge pins on door exteriors must be retained with set pins or spot welded, preventing their removal. Mechanical locking systems. Where mechanical lock systems are used, installed lock sets must allow for a single motion egress. The installation of a high security exit device meeting NFPA Life Safety Code standards is required. If a door is not set in a steel frame, one of the two locks must be a jimmy proof rim dead lock. Doors set in steel frames must be fitted with a mortise lock with a deadlock pin feature. The day lock on the main door must be automatically locking, with a minimum 19mm (3/4 in.) dead bolt and inside thumb latch. Combinations or keys to day locks will be restricted to VA OI & T personnel. Hinges either on inside of closets or if exterior are welded or pinned to prevent removal of hinge bolt. Data closets may not be shared space with any other services such as housekeeping, storage, electrical panels, alarm systems, etc. UTILITIES: Install five 120 volt 20 AMP 4 gang grounded electrical outlets (NEMA 5-20R) in each data closet. Minimum 8 x 10 = 80 square feet. 2 or 4 bulb Fluorescent Electrical light with light switch mounted on inside of the room. HVAC or ventilation sufficient to cool and control humidity for equipment. (If the existing system cannot be zoned to supply individual room control then a separate AC system will be required). Temperature should be maintained between 68-75 degrees with humidity between 20%-60%. OTHER: No water lines may run through or over closet. Room must be protected from weather No windows in door or wall.� (See ISO for possible exceptions) Power equipment for the information system needs to be protected from tampering, damage, and destruction. The breaker box that controls power to the facility including the telecommunications closet is required to be secured. Wire ladder trays will be located in each hallway and run the entire length of the hallway. All outside of the building wiring will be secured in 2 PVC pipe. The use of J hooks is prohibited. Conduit from the jack to above the firewall shall be a minimum of � . The data closet shall have a ceiling that is hard (fixed) or walls that go from true floor to roof deck to prevent over wall access. Access to the closet will be restricted to include only those persons specifically authorized by the VA-OIT, including facility lessors. MAINTENANCE: JANITORIAL SERVICES AND SUPPLIES: The Lessor shall provide full service janitorial services for the space during business hours for maintaining a clean and orderly space. The Lessor shall maintain the leased premises, including outside areas in a clean condition and shall perform all work and provide supplies and equipment. The Lessor is responsible for interior and exterior cleaning and trash pickup from grounds. The Lessor is responsible for exterior cleaning and maintenance. All janitorial service providers shall undergo a security background check. PEST CONTROL: The Lessor is responsible to exterminate insects, rodents and other pests monthly and when pests are detected in the leased property. Pest spraying must be done so as not to interfere with VA work. Due to sensitive nature of patients, spraying must be odorless and non-irritating. Mechanisms used for pest control are at the approval of the VA in coordination with the COTR. MAINTENANCE: Building equipment and maintenance requirements, interior and exterior, shall be met by the Lessor. The Lessor must have a building superintendent or local designated representative to promptly correct deficiencies or attempt to correct safety deficiencies within 4 hours. Lessor s representative shall be available via pager or cell phone for emergencies. Cosmetic and non-emergent deficiencies must be corrected within two weeks. If no attempt is made to correct the deficiency within the required time frame, the cost of the repairs will be deducted from the next month's lease payment. The Lessor is responsible for the total maintenance of the leased property with the exceptions listed specifically in this document. Such maintenance includes but is not limited to electrical systems, light fixtures, light fixture lamps/tubes/bulbs, mechanical systems, fire alarm, intercom/emergency call systems, exterior care for the building and the site, all sidewalks, parking areas, driveways, private access roads, lawns, shrubbery including all repairs and replacements. All equipment shall be maintained to provide reliable service without unusual interruption, disturbing noises, exposure to fire or safety hazards, unusual emissions of dirt. All maintenance will be done with applicable codes and manufacturer recommendations. The Lessor will provide all labor and materials and supervision to adequately maintain the structure, roof, necessary building appurtenances to provide water tight integrity, structural soundness and acceptable appearance. All work done by the Lessor will be coordinated with the VA Contracting Officers Representative (COR). ACTION REQUIRED: OPTIONAL PARAGRAPH. DELETE IF NOT REQUIRED. INSERT MARKET STANDARD FOR ACCUMULATION OF SNOW IF DIFFERENT FROM 1.5 INCHES. SNOW AND ICE REMOVAL: Lessor shall provide snow/ice removal services for the Government on all days for which this leased property is in operation. Lessor shall clear parking lots if the accumulation of snow exceeds two inches. Lessor shall clear sidewalks, walkways and other entrances before accumulation exceeds 1.5 inches. The snow removal shall take place between 6AM and 6PM, without exception. Should accumulation continue throughout the day, the Lessor shall provide such additional snow removal services to prevent accumulation greater than the maximums specified in this paragraph. In addition to snow removal, the Lessor shall keep walkways, sidewalks and parking lots free of ice during the normal hours. The Lessor shall remove excess buildup of sand and/or ice melt to minimize slipping hazards. The Lessor shall supply and apply DE-ICER (including but not limited to salt, sand, cinders, etc.) to streets, parking lots, walkways and ramps to prevent and eliminate hazard conditions and provide safe passage for patients, visitors and staff. The Lessor shall supply and apply ANTI-ICING agents. This preventative action the Lessor shall take prior to predicted severe winter weather events. ANTI-ICING works to prevent snow and ice from sticking to the pavement surfaces. EXTERIOR MAINTENANCE: Lessor is responsible for removing weeds from around building, parking areas and sidewalks. The Lessor is responsible for mowing, edging, trimming landscaping and watering lawns as well as leaf raking and removal. PARKING LOT: Lessor shall re-seal parking lot and re-paint parking space lines as damaged. Entire lot to be resealed and painted every five years. PLUMBING PROBLEMS: Drain problems that can be solved by simple application of a plunger will be handled by VA Staff. Drain problems that cannot be solved by simple application of a plunger or require repeated applications will be solved by the Lessor. All other plumbing problems are the responsibility of the Lessor and will be addressed within 24 hours of notification of Lessor s representative. OTHER: CONDITION: Facility must be in a like new condition prior to VA occupancy. If the space is to undergo any construction, refinishing or remodeling prior to VA occupancy, Lessor to provide VA with 3 color boards for selection of finishes and colors. DRAWINGS: Lessor to provide drawings of facility building, site and location plan as part of bid and will provide as-builts as well as CAD drawings to the VA when the facility is turned over to the VA for occupation. DOCUMENTS: In addition to regular contract documents, test results described above and proof that the construction meets contract requirements, the lessor must provide MSDS sheets on chemicals used in maintenance such as pest control products, etc. Additional Requirements: (1) Offered space must be located on a single floor, contiguous block without being split by a public corridor. (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) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers. (15) Structured parking under the space is not permissible. (16) 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. (17) A fully serviced lease may be required. (18) 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 or land; (3) Location on map, demonstrating the building or land lies within the Delineated Area; (4) Description of ingress/egress to the building or land from a public right-of-way; (5) A statement as to whether the building or land 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 or land 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 via email no later than April 13, 2020 at 4:30 p.m. CST. Melissa Brau, Melissa.brau@va.gov Market Survey (Estimated): Summer 2020 Occupancy (Estimated): Fall 2020 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; _X_ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; __ (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 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 20 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9121561afb9941d5917e492cf8a1d8ec/view)
- Place of Performance
- Address: *See attached notice for details
- Record
- SN05585015-F 20200312/200310230201 (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 |