X1DB--36C26322R0111 SCIP FY23 Fergus Falls CBOC 437 New-Replacing Lease

expired opportunity(Expired)
From: Federal Government(Federal)
36C26322R0111

Basic Details

started - 30 May, 2023 (11 months ago)

Start Date

30 May, 2023 (11 months ago)
due - 26 May, 2023 (11 months ago)

Due Date

26 May, 2023 (11 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C26322R0111

Identifier

36C26322R0111
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103639)VETERANS AFFAIRS, DEPARTMENT OF (103639)NETWORK CONTRACT OFFICE 23 (36C263) (3974)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 5 of 5 Fergus Falls, MN Community Based Outpatient Clinic (CBOC) U.S. Department of Veterans Affairs Request for Information (RFI) 9,126 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office (ABOA) Square Feet in Fergus Falls, MN Pre-Solicitation Notice: This is not a solicitation announcement. This synopsis is exclusively to publicize and request information for a potential opportunity of a new-replacing lease for a Community Based Outpatient Clinic (CBOC) in Fergus Falls, MN. The Government will not pay for any costs incurred resulting from this notice. 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. Potential offerors are advised that the Government assumes no responsibility to solicit or award a lease based upon responses to this notice. Contracting Office Address: United States Department of
Veterans Affairs (VA), Leasing and Specialized, Network 23 Contracting Office (NCO 23), 1303 5th Street, Suite 300, Coralville, IA 52241. Description: VHA intends to solicit and lease space meeting the requirements contained within this notice to capable and qualified Offerors using Unrestricted Full and Open Competition at a fair and reasonable price to the Government. This determination is made solely by the Lease Contracting Officer from Expressions of Interests received and market survey conducted from Sources Sought Notice 36C26322R0111. This determination has been made in accordance with VA procurement policy memorandum (2016-05) Implementation of the Veterans First Contracting Program as a result of the U.S. Supreme Court Decision (Kingdomware), that the VA must set aside procurements for competition among veteran-owned small businesses if a Contracting Officer has a reasonable expectation that two or more small businesses owned by veterans will submit competitive offers meeting or capable of meeting agency requirements and that the award can be made at a fair and reasonable price that offers the best value to the United States. VA will consider space located in an: i) existing building; ii) as well as new construction (a build-to-suit will be considered); or iii) a building being constructed for multi-tenant use and not specifically a build-to-suit for VA only use. State: Minnesota City: Fergus Falls Delineated Area: Buildings with Property boundary(ies) within 1,250 feet of the boundary streets are deemed to be within the delineated Area of Consideration. Delineated Area Map is provided in attachment.. North: 245th St. East: Diversion Dr. South: Pebble Shores Dr. West: Interstate 94 Minimum Sq. Ft. (ABOA): 9,126 Maximum Sq. Ft. (ABOA): 10,039 Maximum RSF: 10,498 Space Type: Medical Space (Specialty Care) Reserved Surface Parking Spaces (Total): 25 Full Term: 20 years; 10 year firm Additional Requirements: Offered site is within the delineated area. Offered site is not in a floodplain. Amenities including food, retail, lodging and professional services exist within 1 mile of the building. Transportation accessibility to offered property exists consisting of two major throughfares within 1 mile of the building. Major thoroughfares are defined as multiple lane improved roads with turn lanes and/or shoulders. Controlled ingress/egress from offered property or direct access road to major thoroughfares is preferred. Space must be located on the ground level entrance of the building, be contiguous and able to comply with accessibility and security requirements. The building must be sufficiently distanced (setback) from the road that an ADA compliant sidewalk can be placed for safe foot travel around all sides of the building that may have patient/staff foot traffic. This foot traffic can be during the event of an emergency evacuation or normal operations. Offered building and lot size/acreage accommodates square footage and parking requirements. Structured parking under the space is not permissible. Space configurations do not consist of irregular runs, shapes or unusual features adversely affecting usage or creating an inefficient layout. Offered space is not located in close proximity to property with incompatible uses. Close proximity shall be evaluated by the property use, visibility and accessibility to offered building and impact from property use. Not all-inclusive examples of incompatible property use includes: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, within flight paths, industrial areas, smoke shops/ marijuana dispensaries or agricultural areas where chemical insecticides/herbicides are sprayed. Space will not be considered where apartment space or other living quarters are located within the same building. A fully serviced lease is achievable. This includes utilities typical for the region from a reputable third-party provider operating under regulatory or governing industry standards. Private well water and septic systems are not acceptable. Offered space must be compatible for VA s intended use and meet the planned occupancy date of February 2025. Schedule delays or other risks related to zoning uses, building age, ownership interests, planned development/construction and other factors are absent or satisfactorily addressed with preliminary construction schedule, permitting, phase plans, etc. DRAFT RLP SOLICITATION ATTACHMENTS R100 RLP 36C26322R0111 New-Replacing Fergus Falls CBOC 5.12.2023 (1 FILE) Exhibits RLP 36C26322R0111 (14 FILES) Project Requirements: VHA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, 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/. The magnitude of the anticipated construction/buildout for this project is: __ (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; _X_ (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 lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements and FSL II Security Requirements. VA makes no progress payments during the design or construction/build-out phases of the project. ** 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. A detailed definition will be provided by VA, should a request for proposals be issued for this project. General Space Accessibility Requirements: Space must be located on the ground level entrance of the building and must be contiguous. The building must be able to comply with the Architectural Barriers Act Accessibility Standards (ABAAS)(http://www.access-board.gov/guidelines-and-standards/buildings-and-sites/about-the-aba-standards), the VA Barrier Free Design Standard (http://www.cfm.va.gov/til/etc/dsBarrFree.pdf) , and meet security requirements as set forth in the Physical Security Design Manual for VA Mission Critical Facilities: (https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySec.pdf); additionally, space shall be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). Parking Requirements: On-site parking must 1) be available for dedicated exclusive use by the VA as specified in the RLP; 2) be fully compliant with local laws, rules and regulations and; 3) provide a minimum of 25 available parking spaces to the VA within 250 feet of the exterior building entrance to the proposed lease premise. Handicap Parking spaces shall be designated in accordance with local code. All spaces shall be sized in accordance with design standards as described in the VA Lease Based Outpatient Clinic Design Guide. The Offeror must have ownership rights to parking space offered as part of rental consideration. All submissions shall include the following information: All submissions and responses must include the following information: Company name: Company address: Dun & Bradstreet and Unique Entity Identifier number: Point of contact: Phone number: Email Address: 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 $47 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR) 52.204-24. For more information, visit: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. | Acquisition.GOV. Request for Information Due: 5/26/2023 @ 3:00 pm Central Time RLP Solicitation Posted to GPE (Estimated): 6/2/2023 Proposal to Lease Space Due (Estimated): 7/5/2023 at 10:00 am Central time Award (Estimated): 9/15/2023 Occupancy (Estimated): 3/01/2025 Send Request for Information to: Name/Title: Melissa Johnson, LCO; William Jefferson, CS Email Address: Melissa.Johnson18@va.gov, William.Jefferson4@va.gov 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 $47 million. Responses to this notice will assist VA s 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. 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. SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research and development of a potential solicitation for this project. SDVOSB and VOSB firms must be registered and verified in Veteran Small Business Certification (VetCert) database HTTPS://VETERANS.CERTIFY.SBA.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://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 (https://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, 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. ***

Location

Place Of Performance :

Country : United StatesState : MinnesotaCity : Fergus Falls

Classification

naicsCode 531120Lessors of Nonresidential Buildings (except Miniwarehouses)
pscCode X1DBLEASE/RENTAL OF LABORATORIES AND CLINICS