Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOLICITATION NOTICE

X -- Health Services Research & Development (HSR&D) Admin RLP

Notice Date
3/20/2025 7:39:56 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
36C25024R0130
 
Response Due
4/23/2025 12:00:00 PM
 
Archive Date
06/21/2025
 
Point of Contact
Danielle Butler, Phone: 2164478300x49643, Theodore T Posuniak, Phone: 3179881509
 
E-Mail Address
danielle.butler1@va.gov, theodore.posuniak@va.gov
(danielle.butler1@va.gov, theodore.posuniak@va.gov)
 
Description
This amendment-0002 is to extend the initial submission deadline to April 23, 2005 at 3:00 PM Local Time. This amendment-0001 is to provide the Preproposal Conference Meeting minutes Questions & Answers. RLP Section 1.06 have been updated to include Exhibit S- Contractor Confidentiality Certificate and Exhibit T- Contractor Security IT Handbook. Exhibit B- Agency Specific Requirements have been updated to include the design schematic. The Government is seeking a minimum of 16,429 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet (SF) not to exceed 22,179 Rentable Square Feet (RSF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards.The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.The Government requires 90 surface/outside parking spaces, 15 of those shall be designated as handicap, and reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration.As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP. The lease term shall not exceed 20 Years, inclusive of any options. The offeror must submit price proposals for each of the following scenarios: 20-year, Firm and; 20-year, 15-year Firm, 15-year, 10-year Firm, with Government termination rights, in whole or in parts, effective at any time after the Firm Term of the Lease by providing not less than 90 days� prior written notice. The LCO reserves the right to award a lease based on any alternate lease term listed above and may select the number of option years, in the best interest of the Government. All the terms and conditions contained herein shall prevail throughout the term of the lease, including all renewal options. The Offeror is advised that it must submit pricing for all alternates listed above to be considered acceptable. An Offeror submitting different or fewer pricing alternates may be rejected as unacceptable by the Lease Contracting Officer. The Government reserves the right in the Lease to not include an option, or to reduce the length of an option if the inclusion of the option would cause the Lease to score as a capital lease, in accordance with the Budget Scorekeeping: Operating Lease Treatment paragraph of this RLP. Should the Government make the determination to modify the term or option(s), an amendment to the RLP will be issued. The Government requests Space in an area bounded as follows: North: US 23 South: Maiden Lane to Fuller Road to Geddes Road East: US 23 West: Pontiac Trail Buildings with Property boundary(ies) on the boundary streets are deemed to be within the delineated Area of Consideration. The offered Building and/or Property must have the following features as a minimum requirement: Offered Space must be located within one building. Offered Space should preferably be located on the first (1st) floors and one single floor. If the offered space is above the first (1st) floor, a minimum of one (1) passenger elevator and one (1) combination (passenger/freight) elevator must be provided. 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 cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20�) feet Offered space cannot be in the FEMA 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain) Offered space must 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, dispensaries, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. Offered space will not be considered if located in close proximity to residential or industrial areas. Offered space must be located in proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building; Offered space will not be considered if the location is irregularly shaped. Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping. Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department; Offered space must be easily accessible to multiple major highways 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. The Lease Term Commencement Date will be on or about April 2025, or upon acceptance of the Space, whichever is later.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/670a5f197e7e4e56b68f055df2ca66cd/view)
 
Place of Performance
Address: Ann Arbor, MI 48109, USA
Zip Code: 48109
Country: USA
 
Record
SN07379286-F 20250322/250320230048 (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.