SOURCES SOUGHT
X -- NO PR- NCO 16 HOU Lease
- Notice Date
- 6/18/2020 4:38:21 AM
- Notice Type
- Sources Sought
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620R0123
- Response Due
- 6/29/2020 2:30:00 PM
- Archive Date
- 09/27/2020
- Point of Contact
- Le Kisha Douglas, Contracting Officer, Phone: 832.352.2915
- E-Mail Address
-
LeKisha.Douglas@va.gov
(LeKisha.Douglas@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE BACKGROUND AND PURPOSE OF THIS SOURCES SOUGHT Network Contracting Office 16, Houston Texas, Department of Veterans Affairs (VA) is seeking an estimated 12,278 rentable square feet (RSF) of administrative space from which to operate administrative service needs (non-clinical). This is a new requirement in the Houston, TX area for which no current space exists for said requirement. Fully serviced lease is desired for the term of ten (10) years with ten (10) years firm, available to occupy by January 1, 2021 (post Tenant Improvement), with lease signing occurring NLT September 30, 2020. 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. The requirement specifications, for consideration, are as follows: Existing buildings only. No undeveloped land will be considered. Property must be located within a five-mile radius of the Michael E. DeBakey VAMC, located at 2002 Holcombe Boulevard, Houston TX, 77030 Space must yield a minimum of 9,000 net usable square feet (NUSF), be contiguous and built to VA specifications. NUSF does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. Space must be contiguous; if space is on the second floor or above, adequate elevator service is required, as well as being ADA compliant. Access to the space from parking must not involve traversing a busy road, highway or other thoroughfare. Preferably located in an Office/Clinical setting, on an attractively landscaped site containing one or more modern office buildings that are professional in appearance, with the surrounding development well maintained. A minimum of fifty (50) reserved parking spaces are required, located on-site or within ΒΌ mile of the offered building. Handicap Parking: Minimum of two (2) spaces. Full Term: Ten (10) years. Full-service lease required. Sites are required to be outside of the 100-year flood plain. Offered space may 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. Space, grounds and landscaping must comply with VA Life Safety, Seismic, Radon and ADAAG/ABAAS requirements Ease of access to major highways. The delineated area is defined as: North: Westheimer Road South: Braeswood Blvd and 610 West Loop East: Hwy 2 8 8 West: Sam Houston Tollway Expressions of Interest are due on June 29, 2020, no later than 4:30 PM Central time and must include the following: Location of the space Amount of space (Rentable & Net Usable) Drawing showing general layout of space Rental rate and included services/utilities, Exterior and Interior pictures of the property, and Contact information of authorized representative/Owner If you are qualified as a small business, 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 identify as such. You are invited, but not required to submit a Capabilities Statement. Be advised that the Government will pay no more than the appraised fair market rental value for leased space. NOTE: If the offeror is not the owner of the Property, authorization is required from the ownership entity to submit an offer on the ownership entity s behalf. Also, if the Offeror owns the Property being offered or has a long-term leasehold interest, the deed or lease must be submitted to the LCO in response to RLP evidencing the Offeror's stated interest in the Property and any encumbrances on the Property. Responses may be sent emailed to LeKisha.Douglas@va.gov . *A market survey of properties will be conducted by VA staff and broker consultant. Interested owners, brokers, or their legal representatives shall submit requested information concerning their properties no later than 4:00 PM CDT on June 29, 2020. Brokers or legal representatives must show written acknowledgement and permission to represent the property.* Attachment - Small Business, 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: X (h) Between $5,000,000 and $10,000,000; VA makes monthly lease 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. 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, on a VA pre-approved site 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. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/ . SDVOSB, VOSB, and Small Business 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; 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 your company s bonding capacity to meet a bid bond of $100,000.00, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 6. 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 Network Contracting Office 16, Houston TX Administrative Lease Space 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; 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 nusf). (3-page limit); Evidence of the company s bonding capacity to meet a bid bond of $100,000.00, and payment and performance bonds in the range above from surety; 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/88750d5f57484fbaa9387ca8585fc412/view)
- Place of Performance
- Address: Houston, TX 77030 77030
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN05696296-F 20200620/200618230203 (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 |