The RFP Database
New business relationships start here

Jackson CBOC Replacement Lease


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

7

SOURCES SOUGHT NOTICE


The U.S. Department of Veterans Affairs Seeks Expressions of Interest for Approximately 10,800 Rentable Square Feet (RSF) of Community Based Outpatient Clinic (CBOC) space with 9,950 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of CBOC Space in Jackson-Michigan City, MI.

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.

Contracting Office Address: Network Contracting Office 10, Suite 1100 - 8888 Keystone Crossing Indianapolis, IN 46240

Description: The Government s lease of 10,815 RSF of space and 50 parking spaces for use by VA as a Community Based Outpatient Clinic in the delineated area explained below within Jackson-Michigan City, MI is expiring. The maximum ABOA Square Feet cannot exceed 9,950. VA will consider alternative space if it is economically advantageous, and that otherwise the Government intends to pursue a sole source acquisition. In making this determination, VA will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements as well as all costs likely to be incurred through relocating such as physical move costs, replication of tenant improvements and telecommunications infrastructure, non-productive agency downtime and disruption of patient care costs. VA will consider leased space located in another existing building providing the relocation costs listed in part above can be offset by competition.

Lease Term: up to 20 years.

Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines:

Bounded on the North: E. Michigan Avenue
Bounded on the South: E. McDevitt Ave & Brooklyn Rd
Bounded on the East: S. Portage Rd & Napoleon Road
Bounded on the West: I-127

See the below delineated area map for further clarification of the boundaries of the delineated area.

North: E. Michigan Avenue, South: E. McDevitt Ave & Brooklyn Rd, East: S. Portage Rd & Napoleon Road & West: I-127

Additional Requirements:

Offered Space must be located on a single floor and be compatible with the intended use.
Bifurcated sites, inclusive of parking, are not permissible.
The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, 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 100-year flood plain.
Offered space must be zoned for VA s intended use.
Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, 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 areas.

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 a hospital or stand-alone emergency room and a fire department.
Offered space must be easily accessible to multiple highways which provide multiple routes of travel.
A loading dock is required. Parking lot must be able to accommodate deliveries by trucks with trailers.
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 request for proposals.
A fully serviced lease is required.


All interested parties must respond to this advertisement no later than 6 September 2019 at 1:00 p.m. Local Time.

Electronically To:
Theodore T. Posuniak
Lease Contracting Officer
Theodore.posuniak@va.gov


All responses should include the following information:
Name of current owner and contact information;
Address and Site plan depicting property boundaries, building, and parking;
Floor plan, ABOA, and RSF of proposed space;
A document indicating the type of zoning;
Description of ingress/egress to the building from a public right-of-way;
Description of the uses of adjacent properties;
FEMA map evidencing floodplain status;
Map showing building proximity to the nearest major transportation routes;
A description of planned land development or construction that will affect the site;
Description of changes to the property necessary to be compatible with VA s intended use;
Statement indicating current availability of utilities serving the proposed location.
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 $38.5 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement;




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 [$38.5 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 B' 8127.

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;
X (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 Sources Sought Notice 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, at a fair and reasonable price. More information on VA s requirements can be found on the Technical Information Library at the following link: https://www.cfm.va.gov/til/leasing.asp.

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/. 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
SUBMISSION CHECKLIST AND INFORMATION SHEET

Ann Arbor, MI, Lease Sources Sought Notice

Company name:

Company address:

Dunn and 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 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 RSF). (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.

Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes.


By: _________________________________________________
(Signature)

__________________________________________________
(Print Name, Title)

Theodore T Posuniak
Lease Contracting Officer
317-988-1509

theodore.posuniak@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP