The RFP Database
New business relationships start here

Looking to Lease in Ely, Minnesota Community Based Outpatient Clinic Space


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

Page 5 of 5
Ely, MN
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for
5,846 Net Usable Square Feet of Community Based Outpatient Clinic (CBOC) Space in the Ely, MN area

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 approximately 5,846 net usable square feet (NUSF), approximately 7,891 RSF, of space and 15 parking spaces for use by the VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below. The VA will only consider existing building options.

THIS NOTICE IS FOR LEASED SPACE LOCATED IN EXISTING BUILDINGS ONLY.

*NUSF 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. NUSF 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.

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.

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: 15th Street North straight line east and west to respective borders
Bounded on the South: Lookout Ridge Road straight line east and west to respective borders
Bounded on the West: Intersection of Shagwa Rd N and W Shagwa Rd straight line north and south to respective borders
Bounded on the East: Intersection of MN-169 and Co Hwy 88 straight line north and south to respective borders



Existing Space:
Space in an existing building must be located on the first floor 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: (http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.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 dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations and: 3) total approximately 15 parking spaces. 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 (available at Additional Requirements).

All submissions must include the following information:
Name of owner;
Address or described location of building;
Location on map, demonstrating the building lies within the delineated area;
Description of ingress/egress to the building;
A statement as to whether the building is currently zoned for medical and medical office use;
Description of the uses of adjacent property;
FEMA map evidencing that the property lies outside the 100-year floodplain;
A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, if mass transit is available;
Evidence of ownership, if building submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building or land must provide evidence of authority granted by property owner to submit the property to VA for development.
Any information related to title issues, easements, or restrictions on the use of the building; and
A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction.
A statement indicating the current availability of utilities serving the proposed space.
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.
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;
(16) 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.

For existing buildings, provide the following information:
Age of building;
Total existing gross square feet
Site plan depicting the building and parking;
Floor plan and gross square footage of the proposed, first floor contiguous space; and
Identification of on-site parking to be dedicated for VA s use.
Documentation showing compliance with seismic requirements, if any, for the location of the property.

Additional Requirements for submissions:
(1) The following space configurations will not be considered:B 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.

(2) 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, within flight paths, industrial areas, or agricultural areas that are within close proximity to fields where chemical insecticides/herbicides are sprayed.

(3) Space will not be considered where apartment space or other living quarters are located within the same building.

(4) Offered space must be easily accessible to multiple highways which provide multiple routes of travel.

(5) Structured parking under the space is not permissible.

(6) 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.

(7) A fully serviced lease is required.

(8) Offered space must be compatible for VA s intended use.

All submissions should include the following information:

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 (passing initial review of submitted documents), further on a market survey to determine if the offered buildings do in fact meet VA s criteria. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria.
All interested parties must respond to this announcement no later than Wednesday, November 20, 2019 at 4:00 P.M. CST.

To the attention of:

Melissa S. Johnson (Lease Contracting Officer) and William Jefferson (Contract Specialist)
Department of Veterans Affairs (VA)
Leasing and Specialized, Network 23 Contracting Office
1303 5th Street, Suite 300
Coralville, IA 52241
Email: melissa.johnson14@va.gov and william.jefferson4@va.gov (email is the best way to reach me)

Market Survey if required (Estimated): Winter 2019
Request for Lease Proposals: February 2020
Award of Lease: Summer 2020
Occupancy (Estimated): Summer 2021 (with weather delays)

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 $38.5 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.

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 lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment 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: VHA seeks information from Potential 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, 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. ***

William E. Jefferson
william.jefferson4@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP