X1AA--2237 Not Reqd - Leasing - St. Cloud Outstation (Anoka Vet Center) - STC (VA-24-00000060) (Hausman)

expired opportunity(Expired)
From: Federal Government(Federal)
36C26322R0122

Basic Details

started - 19 Jul, 2022 (21 months ago)

Start Date

19 Jul, 2022 (21 months ago)
due - 12 Aug, 2022 (20 months ago)

Due Date

12 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C26322R0122

Identifier

36C26322R0122
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103132)VETERANS AFFAIRS, DEPARTMENT OF (103132)NETWORK CONTRACT OFFICE 23 (36C263) (3951)
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 2 of 2 Page 2 of 2 Duluth, MN Veterans Center The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 2,141 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office (ABOA) Square Feet in St Cloud, MN 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. 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. The 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: 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: VA seeks to lease 2,141 ABOA SF, not to exceed 2,890 Rentable Square Feet (RSF) of space and parking required below. Parking Space Requirement 20 available parking spaces within 250 feet of the building leased premise entrance. Structured parking under the building is not permissible. Reserved Parking Spaces 4 of the 20 available parking spaces will be reserved, marked and dedicated for VA patients, handicap ADA compliant spaces and official Government vehicle parking. A minimum of 4 ADA compliant parking spaces and 1 Official 50 oversized Government Vehicle parking spaces will be provided in these reserved parking spaces. Reserved parking shall be the closest available parking to the leased premise meeting the Parking Space Requirement and without crossing roads. existing building; as well as new construction (a build-to-suit will be considered); or a building being constructed for multi-tenant use and not specifically a build-to-suit for VA only use. a building being constructed for multi-tenant use and not specifically a build-to-suit for VA only use. 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; _X_(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 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 20 available parking spaces to the VA within 500 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. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this notice that meet the initial requirements described herein. The Contracting Officer will examine each site in an initial review of submitted documents and further on an on-site market survey with the property owner, or owner authorized agent, to determine if the offered properties do in fact meet VA s criteria. Properties will be scored as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond with complete Expression of Interest submissions by the due date of this notice. All submissions must include the following information: Offerors 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 $41.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement. Specific Property Information, as follows: Age, name, address and type of building. Asking NNN (Unserviced) Rent in ABOA SF with any concessions offered. Owner and owner s representative contact information must be provided for market survey of property. If Offeror is not property Owner, an authorization/agent letter shall be provided from the Owner to Offeror submitting a building or land to submit the property to VA for development. Properties shall only be surveyed by the Government with Owner s and Owner authorized agents to prevent conflicts of interest. Location on map, demonstrating the building lies within the delineated area. FEMA map evidencing that the property lies outside the 100-year floodplain. Description of ingress/egress to the building. A narrative and map describing proximity of the building to major thoroughfares and amenities. Site plan depicting the space offered in building and parking available for VA s dedicated use. Building existing gross square feet, proposed square feet and any construction efforts necessary in building to meet square footage requirements. A description of any changes to the property necessary to be compatible with VA s intended use. Information on adjacent and proposed property uses, zoning, business functions and site activities and zoning allowability for medical or medical office use. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. A statement indicating the current availability of utilities serving the proposed space or property. Documentation showing compliance with seismic requirements, if any, for the location of the property. Any information related to title issues, easements, or restrictions on the use of the building. Unique Agency Requirements: The VA has developed the site evaluation criteria below as the minimum GO / NO GO agency requirements for a new-replacing PACT compliant CBOC leased premise located in St Cloud,MN. All offered properties received from Expressions of Interest shall be surveyed to determine the below unique requirements are met. Offered site is within the delineated area and is not in a 100-year 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 to major thoroughfares is preferred. Space must be located on the ground level entrance of the building, must be contiguous and able to comply with accessibility and security requirements. Meets code, etc. Additionally, the building must be sufficiently distanced (setback) from the road that an ADA compliant sidewalk can be placed for safe foot travel around any 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 1 October 2023. 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. 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. Expressions of Interest Due: 08/12/2022 @ 10:00 Central Time RLP Issues (Estimated): 10/1/2022 Market Survey(Estimated): 12/1/2022 Lease Award (Estimated): 3/1/2023 Occupancy (Estimated): 12/1/2023 Send Expressions of Interest to: Name/Title: William Jefferson, LCO and Robert Hausman, CS Email Address: William.Jefferson4@va.gov and Robert.Hausman2@va.gov Attention SDVOSB/VOSB: 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), 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 offers and that the award can be made at a fair and reasonable price that offers the best value to the United States. 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 $41.5 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 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.va.gov/); 3. Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (https://beta.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. *** 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 $41.5 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 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; 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. ***

Saint Paul, MN, 55101, USALocation

Place Of Performance : Saint Paul, MN, 55101, USA

Country : United StatesState : Minnesota

Classification

NAICS CodeCode 531120
Classification CodeCode X1AA