SOURCES SOUGHT
X -- *Leasing NCO10* VC241 Stark County Vet Center Relocation (VA-19-00096919)
- Notice Date
- 7/13/2020 9:36:54 AM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020R0139
- Response Due
- 8/13/2020 10:00:00 AM
- Archive Date
- 09/12/2020
- Point of Contact
- Procurement Point of Contact, Michelle M. McGhee, Phone: 216-447-8300 x3820
- E-Mail Address
-
Michelle.McGhee2@va.gov
(Michelle.McGhee2@va.gov)
- Awardee
- null
- Description
- CANTON, OHIO FED-BIZ-OPPS-NOTICE The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 3780 Net Usable Square Feet of Existing Space in CANTON, OHIO 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 because 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: Network Contracting Office 10, 6150 Oaktree Boulevard Suite 300, Independence, OH 44131. Description: VA seeks to lease approximately 3780 net usable square feet (NUSF)/ANSI BOMA, not to exceed 5103 rentable square feet of space, and 30 parking spaces for use by VA as a Veteran Center (Vet Center) in the delineated area explained below within Canton, Ohio. Space Offered that may disrupt or interfere with current VA use or VA Patient Services may not be considered. NUSF 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 of the facility. NUSF 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 VA, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Up to 20 years. 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: North: Everhard Road NW South: 12th Street NW West: Brunnerdale Ave NW & Perry Drive East: S. Main & Cleveland Ave NW Additional Requirements: (1) Offered space must be located on the first floor, (2) Bifurcated sites, inclusive of parking, are not permissible, (3) The following space configurations will not be considered:Â 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) Offered space cannot be in the FEMA 100-year flood plain, (5) Offered space must be zoned for VA s intended use, (6) 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, (7) Space will not be considered where apartment space or other living quarters are located within the same building, (8) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping, (9) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department, (10) 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, (11) Offered space must be easily accessible to multiple highways which provide multiple routes of travel, (12) Structured parking under the space is not permissible, (13) 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, (14) A fully serviced lease is required, (15) Offered space must be compatible for VA s intended use, (16) Space must not have any environmental issues or hazards. All submissions should include the following information: Name of current owner; Address, floorplan and NUSF and RSF, and pictures of offered space; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, and A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Drawing of new building being constructed that space is being offered and indicate if build-to-suit, schedule of completion date; types of restrictions; (10) 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 $41.5 million, please provide proof of Vetbiz registration. (11) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space. (12) 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 August 13, 2020 at 1:00PM, LOCAL TIME. Email submissions to: Michelle McGhee, Leasing Contract Specialist, Michelle.mcghee2@va.gov and Brian W. Walton, Leasing Contract Specialist, Brian.Walton@va.gov. Occupancy (Estimated): September 2022 Attachment - VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $41.5 million. Responses to this notice will assist the VA 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. VA makes monthly rental payments in arrears upon facility acceptance. 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 for a term of up to 20 years, as well as all maintenance and operation requirements for the duration of the lease term. 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; and 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 managing Federal leased facilities or health care facilities relevant to the project described above (3-page limit). If desired, the company may also submit a narrative describing its capability. Any response by SDVOSB or VOSB capable of providing the requested service will help determine the set-aside status of any solicitation that may be released. All businesses sizes are encouraged to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Canton, OH, Stark County Vet Center 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 managing Federal leased facilities or health care facilities relevant to (input project specific NUSF). (3-page limit); 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/91c0e8f41373415da7a09dab0bc2e254/view)
- Record
- SN05719613-F 20200715/200713230153 (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 |