The RFP Database
New business relationships start here

Alexandria Vet Center seeking Succeeding Lease


Louisiana, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

DEPARTMENT OF VETERANS AFFAIRS (VA)
SOURCES SOUGHT NOTICE- NETWORK CONTRACTING OFFICE ( NCO ) 16
NEW ORLEANS, LA 70112



Sources Sought Number: 36C25620Q0107


Title: Lease Space Sources Sought Notice - Alexandria Rapides Vet Center

The Rapides Parish Vet Center, 0734 will expire September 2020. The Department of Veterans Affairs (VA), Network Contracting Office 16 is seeking a Succeeding Lease for this procurement. The Government is interested in considering alternative space if economically advantageous and that otherwise the Government intends to pursue a sole source. The Government will consider the cost of moving, alterations when deciding whether the Rapides Vet Center should relocate. The Government is looking to identify potential locations and is looking for potential offerors to submit their properties for considerations. Currently the VA occupies 3,591 Rentable Square Feet (RSF) located at the Alexandria Rapides Parish Vet Center, (0734) 5803 Coliseum Blvd Suite D, Alexandria, LA 71303. The VA is seeking space with the below provided delineated area. This Sources Sought notice (market research) is open as Unrestricted at this time. Approximate size requirement is a minimum of 3,000 (contiguous) net usable square feet/3,591 rentable square feet.

The space must be located on no more than one (1) contiguous floor; first floor space is preferred. If space offered is not on the first floor, a minimum of one passenger elevator and one freight elevator must be provided. The Net usable square feet do not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. The building must be able to comply with the Americans with Disabilities Act and meet certain security requirements as set forth in the Interagency Security Committee Standards and the Department of Justice Security Standards. The building must be constructed of masonry, concrete, or steel framing.

Buildings submitted will be given a score of Pass or Fail. Buildings that do NOT meet the minimum requirements and are given a failing grade will NOT be considered further and offers for such buildings will NOT be evaluated.

On-site parking must accommodate the greater of: (i) local code required pro-rata share of parking allotted to the building for the duration of the lease term, easy entrance and exit into the proposed parking area for special needs transportation and 20 parking spaces including 4 handicapped vehicle parking spaces and one designated van drop off/loading area. County or City requirements may supersede this specification. The proposed location will be on or within a short walking distance of a bus line. The parking area must also meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS).






The Offered Space:

B' Shall meet Federal and State Government requirements for fire safety, accessibility, seismic
and sustainability standards per the terms of the Lease.
B' The offered space shall be fully serviced (which included pest control and the removal of
pest)
B' Hours of operation:

Monday: 7:30 to 4:30 - Tuesday: 7:30 to 8:00p - Wednesday: 7:30 to 4:30 - Thursday: 7:30 to 8:00pm andB Friday: 7:00 to 4:30
B' Building shall not be in the 100-year flood plain.
B' Space shall not be next to a bar, liquor store or like establishment.
B' Space shall not be located near a residential hotel; and
B' Space shall not be located near an area where it is known that illegal activities occur such
as illegal drugs sales.
B' It is preferred that the space be located on the ground floor, if not possible, it must have an
existing ADA compliant elevator
B' Access to the space from the parking area must not involve traversing a busy road, highway
or other thoroughfare.
B' Space must be available for occupancy no later than September 30, 2020
B' A market survey of the offered space may be conducted by VA.

VA is anticipating awarding a lease to a qualified party before September 30, 2020.





The delineated area of consideration is defined below within the delineated map:

North Boundaries: Franklin, Caldwell, Winn and Natchitoches Parish
South Boundaries: Cameron Parish
East Boundaries: Concordia, Avoyelles, Evangeline and Jefferson Davis Parish
West Boundaries: Vernon, Beauregard and Calcasieu Paris














Parish Map Delineated Map Boundary




Expressions of Interest should include the following information, as known, or available. Please note that time is of the essence, please provide as much information as possible to enable VA to evaluate your offered property. VA reserves the right to eliminate a property that fails to provide sufficient information.

All submission should include the following information:

Address or location description and legal description.
Location on map demonstrating the site is within the delineated area.
Ingress/egress to street(s)
Evidence of proper zoning for medical office use.
FEMA map evidencing that the property lays outside 100-year flood plain.
Narrative and map depicting proximity to the nearest bus and/train stop.
Access to site from major transportation routes.
Brokers, developers, or legal representatives must show written acknowledgement and
permission to represent and develop the property.
Property Owners and/or developers must provide written proof of ownership or non-contingent
control of property at the time of submission of initial offer.
Describe any future development affecting the site including neighboring projects and
road/public utility line constructions.
Age of building
Total existing net usable square feet
Site plan depicting the building as is
Block or floor plan of space proposed for offer.
Identification on site plan demonstrating location of parking to be dedicated for VA s use
Please include the business size and company information requested in the
Capabilities Statement checklist provided herein

Market Survey:

An initial evaluation of the offered space will be evaluated to determine if the offered space meets VA s criteria as listed within this advertisement. If the offered spaces meet VA s criteria a market survey may be necessary to evaluate the submission. Market survey of the offered space will be conducted by VA.

Interested offers (owners, brokers, or their legal representatives) shall submit specific information concerning their properties via email to the contacts listed below no later than 4:00pm (CST) on Wednesday, November 22, 2019 additionally, questions can be sent via email. Closing date for submitting questions/clarifications is November 15, 2019 4:00pm (CST).

Additional Information:

Please ensure all responses have the Sources Sought number listed on the all documentation.

Broker information:

Damon Moody
Vice President
AmeriVet Real Estate Services Inc.
(303) 993-5929
1850 Bassett St. - Suite #618
Denver, CO 80202
E-Mail information@amerivetres.com

With a copy to:

Department of Veterans Affairs
Debra James
Contracting Specialist
NCO 16, Southeast Louisiana Veterans Healthcare Systems
1515 Poydras Street, Suite 1100
New Orleans LA 70112
E-Mail debra.james3@va.gov
The NAICS Code is 531120 Lessors of Other Real Estate Property, and the small business size standard is $38.5 million. Responses to this notice will assist Department of Veterans Affairs NCO 16 in determining if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127.

The magnitude of the anticipated construction/buildout for each project is:

_X_ (a) Less than $25,000;
__ (b) Between $25,000 and $100,000;
__ (c) Between $100,000 and $250,000;

VA makes monthly lease 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.

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 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 VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/ and have the technical skills and financial capabilities necessary to perform the stated requirements. SDVOSB and VOSB firms are requested to submit a Capabilities Statement to VA for review.

SDVOSB and VOSB firms may provide 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, VOSB status through registration at VIP (https://www.vip.vetbiz.gov/);

3. Evidence of ability to offer 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 capability to obtain financing for a project of this size.
If desired, the company may also submit a narrative describing its capability.
We encourage all SDVOSB, VOSB, all small businesses and other interested parties to respond for market research purposes.
All interested SDVOSB, VOSB, small business concerns and all other parties should respond to this notice no later than 4:00 pm Central Time, November 22, 2019. Please submit your Capabilities Statement to debra.james3@va.gov. Note that this mailbox will only accept
e-mails of 5MB in size or smaller. If your attachments exceed this size, please send multiple emails.

















CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET
ALEXANDRIA, LA COMMUNITY BASED OUTPATIENT CLINIC
Sources Sought Notice: 36C25620Q0107

All interested SDVOSB, VOSB, small business concerns and all other parties. Please send this information sheet and supporting documentation to debra.james3@va.gov and to information@amerivetres.com by November 22, 2019 4 PM CST.

Company name:
Company address:
Dunn & Bradstreet 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 VIP (https://www.vip.vetbiz.gov/);
Evidence of ability to offer 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 nusf). (3-page limit);
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.

Debra James
Department of Veterans Affairs
Southeast Louisiana Veterans HCS
1515 Poydras Street
Suite 1100
New Orleans, Louisiana 70112

debra.james3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP