Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2024 SAM #8123
SOLICITATION NOTICE

X -- As-Built Audiology Clinic Martinsville Notice of Intent to Sole Source

Notice Date
2/21/2024 10:04:17 AM
 
Notice Type
Presolicitation
 
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
36C25024R0106
 
Response Due
3/6/2024 9:00:00 AM
 
Archive Date
06/13/2024
 
Point of Contact
Andrew D. Seaman, Lease Contracting Specialist, Phone: 317.988.1526, Fax: Lee M. Grant lee.grant@va.gov
 
E-Mail Address
andrew.seaman2@va.gov
(andrew.seaman2@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE The U.S. Department of Veterans Affairs intends to sole source 660 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of move-in ready Audiology Clinic Space from academic affiliate Indiana University Health Morgan Hospital, Martinsville, IN 46151. 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 NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $41.5 Million. The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources that are classified and registered with VetCert at Veteran Small Business Certification (sba.gov) - https://veterans.certify.sba.gov/, as either Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Andrew D. Seaman, (317) 988 1526, Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, IN 46240 Description: The Department of Veterans Affairs seeks to lease approximately 660 ABOA Square Feet (SF) of of move-in ready Audiology Clinic Space from academic affiliate Indiana University Health Morgan Hospital, Martinsville, IN 46151, and 06 parking spaces for use by the VA as an Audiology Clinic. The space shall be located within the delineated area stated below. VA will only consider space located in an existing building. VA will consider alternative space in the delineated area explained below if economically advantageous. In making this determination, the VA will consider, among other things, the availability of alternative space that potentially can satisfy the VA s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime. The VA will consider leased space located in another existing building providing all costs mentioned above can be offset by competition and that otherwise, the VA intends to pursue a sole source acquisition. ABOA 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. ABOA does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Not to Exceed 3 years, 2-firm. Delineated Area: To receive consideration, submitted properties must be located within the area described below, which is bound by the following roads or must front on any of the following boundary lines: Bounded on the North: East Morgan Street Bounded on the East: Hospital Drive to Sunnydale Drive Bounded on the South: East Columbus Street Bounded on the West: South 2nd Street The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area. ADDITIONAL REQUIREMENTS: Offered space shall be move-in ready to perform audiology services. Offered Space shall be located on a single floor within one building; preferably be located on the first (1st) floor. If the offered space is above the first (1st) floor, the space shall at be equipped with a minimum of one (1) passenger elevator able to accommodate a standard ambulance gurney and one (1) combination (passenger/freight) elevator. Bifurcated sites, inclusive of parking, are not permissible. The following space configurations will not be considered: Space with atriums, 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. Column size shall not exceed two (2) feet square and space between columns and/or walls shall not be less than twenty (20 ) feet Offered space shall not be in the FEMA one percent (formerly 100-year) flood plain. Offered space shall be zoned for VA s intended use by the time initial offers are due. Offered space will not be considered if located in close proximity to a property with incompatible uses, including but not limited to the following uses: liquor establishments, Cannabis dispensaries, drug and alcohol treatment centers, correctional facilities, establishments where firearms are sold/discharged, railroad tracks, or within flight paths. Offered space will not be considered if located in close proximity to residential neighborhoods or industrial areas. Offered Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be easily accessible to multiple major roadways which provide multiple routes of travel; Structured parking under the space is not permissible. 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 requests for proposals. A fully serviced lease is required. Offered space must be compatible with VA s intended use. All submissions should include the following information: Name and address of current property owner; Address or described location of building; A statement as to whether the building lies within the Delineated Area; 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 of location evidencing floodplain status; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; Site plan depicting the property boundaries, building, and parking; Floor Plan, Parking Plan and ABOA/RSF/NUSF, of proposed space; A document indicating the type of zoning; A description of any changes to the property necessary to be compatible with VA s intended use; Building owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by property owner to submit the building to VA for development; Any information related to title issues, easements, and restrictions on the use of the building; A statement indicating the current availability of utilities serving the proposed space or property. 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 read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement; All interested parties must respond to this advertisement no later than March 06, 2024, at 12:00 P.M. LOCAL TIME to: Andrew D. Seaman- andrew.seaman2@va.gov With a copy to: Lee Grant lee.grant@va.gov Market Survey (Estimated): March 2024 Occupancy (Estimated): April 2024 Attachment - VOSB or SDVOSB Status 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. 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 in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC ยง 8127. The magnitude of the anticipated construction/buildout for this project is: X (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (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. Project Requirements: This intent to sole source notice seeks information from Potential Offerors who are capable of successfully performing an as-built lease contract, including necessary audiology equipment, for a term of up to three (3) 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. 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 VetCert at Veteran Small Business Certification (sba.gov) . All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. A submission checklist and information sheets are 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, Experian Business Identification Number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VetCert at Veteran Small Business Certification (sba.gov) - https://veterans.certify.sba.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 up to 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 at least a conditional commitment of funds in an amount necessary to prepare the Space. 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 Bloomington, IN Lease Sources Sought Notice Company name: __________________________________________ Company address: __________________________________________ Dunn and Bradstreet Number: __________________________________________ UEI 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 VetCert at Veteran Small Business Certification (sba.gov) - https://veterans.certify.sba.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 ABOA SF). (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, Date)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b46c0aeb63d4364a6f3a15189c176ee/view)
 
Place of Performance
Address: IU Morgan Hospital 2209 John R Wooden Dr., Martinsville 46151
Zip Code: 46151
 
Record
SN06972028-F 20240223/240221230046 (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.