SOURCES SOUGHT
X -- Temporary Warehouse Storage Lease - Lebanon VA Medical Center
- Notice Date
- 7/26/2022 10:12:38 AM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0980
- Response Due
- 8/9/2022 11:00:00 AM
- Archive Date
- 10/08/2022
- Point of Contact
- Contract Specialist, Stephanie McFadden, Phone: +1 (717) 270-3926
- E-Mail Address
-
stephanie.mcfadden@va.gov
(stephanie.mcfadden@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Network Contracting Office 4, is conducting a market survey to identify potential sources to perform a firm fixed price contract for temporary warehouse storage space services for the Lebanon VA Medical Center located at 1700 S. Lincoln Avenue, Lebanon, PA 17042 DRAFT REQUIREMENTS DESCRIPTION (NOT COMPREHENSIVE) The Lebanon VA Medical Center is seeking to procure a contract for temporary warehouse storage space services to cover a two-year period. DESCRIPTION The Department of the Veterans Affairs (VA), Lebanon VA Medical Center (LVAMC) is seeking to lease space for use by VA as a Warehouse. The space shall provide between 35,000 and 40,000 net usable square feet (NUSF). The entire space must be located on the ground floor and have a ceiling height minimum of 16 feet. VA will only consider existing buildings. The VA seeks a full-service lease (utilities, services, and maintenance costs included in rent). The VA makes monthly lease rental payments in arrears upon facility/space acceptance. Occupancy is required on November 1, 2022. LOCATION Warehouse property 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: Rt 22 to I-78 Bounded on the East: Rt 419 Bounded on the South: Rt 322 Bounded on the West: Rt 934 PERIOD OF PERFORMANCE The period of performance for this requirement is a base year and 2, 6-month option periods. Base Year November 1, 2022 October 31, 2023 Option 1 November 1, 2023 April 30, 2024 Option 2 May 1, 2024 October 31, 2024 ADDITIONAL REQUIREMENTS Offered space must contain the following: At least 1,000 NUSF that is climate controlled are between 50-80 degrees Fahrenheit and humidity between 20-70% 24 hours a day. Concrete floors capable of sustaining a 5,000-pound forklift. One (1) manual or electric overheard door with a minimum height of 10 feet high by 14 feet wide. One (1) single door entrance with a minimum height of 6 feet high by 3 feet wide. Ability to accommodate loading and unloading of semi-truck and trailer. This shall be by either utilizing existing loading dock with dock plates or ramp to drive electric forklift into the space. Have a loading dock that can easily accommodate a truck with a 40-inch bed height. Have a skid plate on the loading dock that will allow for off-loading trucks. Building shall be secure and have very few or no windows. For security purpose it preferred that the building have no windows. The government will store equipment and furniture in the warehouse space. The items will be moved by an electric pallet jack that is for Government use only. Building shall be pest/vermin and insect free. Shall be accessible to the Government 24 hours a day, 7 days a week. Shall meet Federal and State Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. VA requires a secure and segregated storage area. At minimum, an enclosed area by chain link fence (floor to ceiling) with a lockable gate entrance around the VA leased area space. Gate openings must be minimum height of 10 feet high by 14 feet wide. The offered space shall be fully serviced and also include electrical, alarm monitoring, pest control and building preventative maintenance and repairs. Building shall not be in the 100-year flood plain. Shall not be next to a bar, liquor store or like establishment. Space shall not be located near an area where it is known that illegal activities occur such as illegal drug sales. A market survey of the space may be conducted by VA. Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience, and knowledge in the provision of temporary warehouse storage space services. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Socioeconomic Status: GSA Contract Number covering these services and Expiration Date (if applicable): Company Unique Equity Identifier (UEI): Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The North American Industry Classification System Code (NAICS) is 531120 (Lessors of Nonresidential Buildings (except Miniwarehouses)), and the Small Business Size Standard is $30 million. 3. Based on market response, the following clauses may be included in a resulting solicitation, should one be issued: VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. FAR 52.219-6, Notice of Total Small Business Set-Aside. Accordingly, prospective contractors will be required at time of solicitation response to certify to the applicable limitation on subcontracting requirements in 13 CFR 125.6, with reference to the appropriate set-aside. Please include in the response to this sources sought notice your ability or inability to certify to the clause applicable to your organization. 4. Provide a summary of your firm s ability to provide the services described in this announcement. In addition to a Capability Statement, submissions can include specifications, brochures, and manuals as attachments. Submit responses via email only to Contract Specialist Stephanie McFadden at stephanie.mcfadden@va.gov, no later than 2:00 PM EST, Tuesday, August 9, 2022, with Sources Sought number 36C24422Q0980 in the subject line. Telephone responses shall not be accepted. The Government will not provide feedback in response to vendor questions about the requirement at this time. If you identify ambiguities or have concerns about anything in the description of the requirement, however, please include them with your response. Confirming receipt of the response is the responsibility of the contractor. Contact the Contract Specialist if the Government does not confirm receipt of the sources sought response within 2 business days. Prospective contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b4c262df889431ea8a7bbadf097e2c4/view)
- Record
- SN06402806-F 20220728/220726230115 (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 |