The RFP Database
New business relationships start here

LaCrosse Community Based Outpatient Clinic (CBOC)


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

Advertisement
Expressions of Interest Sought

The U.S. Department of Veterans Affairs ( VA ) Seeks Expressions of Interest for Outpatient Clinic Space in La Crosse, Wisconsin

Notice: This advertisement is a notice of potential opportunity. This 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, it 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; 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: Julie LeCourt, CO, Julie.lecourt@va.gov
United States Department of Veterans Affairs (VA), Great Lakes Acquisition Center (NCO12), 115 South 84th St, Suite 101, Milwaukee, WI 53214-1476

Description: VA seeks to lease a minimum of 15,997 up to 19,851 ANSI/BOMA (ABOA) square feet (SF) (totaling 21,595 to 26,799 Rentable SF) of space for use by VA, as a Community Based Outpatient Clinic in La Crosse, Wisconsin. VA will consider leased space located in an existing building as well as land to be fully developed and space constructed by the submitting party in accordance with VA requirements ( One-step ).

Parking Requirements: On-site parking must be 1) dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations; and 3) total of no less than seventy-five
(75) spaces. Handicapped designated and van accessible spaces will be required the parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS). All spaces shall be sized in accordance with design standards as described in the VA Design Guide
Lease Term: Up to 20 years.

Delineated Area: To receive consideration, submitted properties must be located within the delineated area, which is bound by the following roads or must front on any of the following roads:
North boundary Main Street/East Main Street Onalaska, WI; South boundary Ward Avenue LaCrosse, WI;
East boundary BNSF R.R. Tracks and East Losey Blvd./Hwy 16 LaCrosse, WI; West boundary Mississippi River

The map below further clarifies the boundaries of the Delineated Area.


North Boundary





















West Boundary
East Boundary


















South Boundary


Additional Requirements:

Offered space must be located on [a single floor OR no more than two contiguous floors]. [If the offered space is on two floors, a minimum of (1) passenger elevators and (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 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 or sites cannot be in the FEMA 100-year flood plain.

Offered space or sites must be zoned for VA s intended use by the time initial offers are due.

Offered space or sites will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths, if flight paths are a noise or vibration disturbance.
Offered space or sites located in close proximity to residential or industrial areas will be evaluated in accordance with VA Life Safety standards.
Space will not be considered where apartment space or other living quarters are located within the same building.
Offered space or sites must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping.
Offered space or sites should be located in close proximity to a stand-alone emergency room center and a fire department.
Offered space or sites must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.
Offered space or sites must be easily accessible to multiple highways, which provide multiple routes of travel.
Parking lot must be able to accommodate deliveries by trucks with trailers.

Structured parking under the space may be permissible, however FSL Level II Security standards will apply to insure appropriate physical security compliance.
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 may be required. (18) Offered space must be compatible for VA s intended use.

All submissions should include the following information:

Name of current owner;
Address or described location of building or land;
Location on map, demonstrating the building or land lies within the Delineated Area;
Description of ingress/egress to the building or land from a public right-of-way;
A statement as to whether the building or land lies within the Delineated Area;
Description of the uses of adjacent properties;
FEMA map evidencing floodplain status;
A narrative and map describing proximity of the building or land to the nearest bus and/or train stop and major transportation routes;
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction;
Site plan depicting the property boundaries, building, and parking;
Floor plan, ABOA and RSF of proposed space;
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 attachment, entitled, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement (See attachment below);
A document indicating the type of zoning;
A description of any changes to the property necessary to be compatible with VA s intended use;
A statement indicating the current availability of utilities serving the proposed space or property.

All interested parties must respond to this announcement no later than July 09, 2018, 5:00 p.m. EST to:

Ernest Kiser
Newmark Knight Frank
3424 Peachtree Road, Suite 800
Atlanta, GA 30326
Telephone: 404-926-1136 E-mail: EKiser@ngkf.com


Market Survey (Estimated): Summer 2018 Occupancy (Estimated): Fall 2020

Attachment VOSB or SDVOSB Status

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 ORP 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_(k) Between $20,000,000 and $50,000,000;

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.

Project Requirements: Information from Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site 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/.

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 Will Include:

Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address;

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), including a copy of the representations and certifications made in that system;

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);

Evidence of capability to obtain financing for a project of this size.

If desired, the company may also submit a narrative describing its capability.

CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET
LaCROSSE COMMUNITY BASED OUTPATIENT CLINIC (CBOC)


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 the company s bonding capacity to meet a bid bond of $100,000, and payment and performance bonds in the range above from surity; 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.



By: (Signature)



(Print Name, Title)

JULIE LECOURT
ERNEST KISER

POC's

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP