The RFP Database
New business relationships start here

NEW LEASE ACQUISITION OF VISN2 NETWORK ADMINISTRATION / OPERATIONS OFFICE SPACE


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

U.S. DEPARTMENT OF VETERANS AFFAIRS DESIRES TO LEASE SPACE

The Department of Veterans Affairs is seeking to acquire office space for its Veterans Service Integrated Network (VISN 2) to house its administration personnel for purposes of conducting its daily network operations. VA is seeking to lease sufficient rentable square footage to yield approximately 12,300 Net Usable square feet (NUSF) within the Tarrytown, NY area for use as a Veterans Affairs Administration / Operations Office.
The proposed delineated area is as follows:

North: West Main St. to Railroad Ave to Division St. (North) turning into Main St; Main St. turning into Neperan Ave running into the Town of Greenburgh border
East: Town of Greenburgh border traveling South to border of Town of East Irvington Border
South: East Sunnyside Lane traveling West to West Sunnyside Lane continuing West straight through to the Hudson River
West: Hudson River traveling North up to West Main Street

PLEASE NOTE: Although this notice contains detailed information for interested SDVOSB and VOSB parties, VA encourages all small business and other interested open market sources to respond for market research purposes.
VA s purpose for this notice is to conduct market research and identify capable resources from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB) and/or capable Open Market sources. The NAICS Codes for use is 531120 Lessors of non-residential buildings (except mini-warehouses), and the small business size standard for 531120 is $27.5 million.
Responses to this notice will assist VA in determining whether this acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127 or proceed with Full and Open competition from capable sources.
The space must be handicapped accessible, ADA compliant, and can be provided by new construction or modification to an existing space. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space with modern conveniences.
The space must be contiguous, on no more than one floor (ground floor preferable) and must meet or be able to meet the Department of Veterans Affairs Life Safety codes and other applicable regulations. A 20-year lease (10 years firm) will be considered. The VA seeks a modified gross lease that includes, but not limited to the following:

Heating system maintenance and repair Electrical system maintenance and repair
Plumbing maintenance and repair All Utilities: Electricity, Heat, Sewer, Water
Real Estate Taxes Landscaping
Window cleaning Common area maintenance and supplies
Garbage removal Snow removal
Common area maintenance Sight lighting
Insurance Lawn sprinkler
HVAC Overtime Charges Grounds Maintenance
Parking Pest control
Janitorial / Housekeeping

All commercial office/clinical space within the geographic delineated area referenced above in Tarrytown, NY will be considered. Only space that is identified as economically advantageous to the Government will be considered relative to location, potential build out and/or rent.
In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements as well as costs likely to be incurred such as physical move costs, tenant improvements and telecommunications infrastructure, and non-productive agency downtime.
A market survey of the properties offered for lease will be conducted by the Department of Veterans Affairs. All interested offerors (owners, brokers, or their legal representatives) must provide written acknowledgement NO LATER THAN Tuesday, January 23, 2019; 4:30pm EST.

SDVOSB & VOSB Expressions of Interest Requirements:
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 Should 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/or managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit)
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
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.

Required Information for Submission of Capabilities Statements
Company name:
Company address:
Dunn & Bradstreet number:
Point of contact:
Phone number:
Email address:

SUBMISSION REQUIREMENTS:
Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government is limited by law (41 C.F.R. 102-73.55) to pay NO MORE THAN the appraised fair market rental value for space.
Expressions of interest shall include the following:
Building name, address and age
Location of the available space within the building
Rentable Square Feet (RSF) available and expected rental rate per RSF
Net Usable Square Feet (NUSF) to be offered and expected rental rate per NUSF
Building ownership information
Amount of parking available on-site; include its cost and indicate whether the expected rental rate includes such required for Government parking (if applicable).
Date of space availability
Energy efficiency and renewable feature existing within the building
Contact information of authorized representative

Expressed interested may be sent electronically to the following e-mail address: Jemeek.Morris@va.gov

Expressions of Interest may also be sent by mail to:
ATTN: Jemeek Morris
VA Hudson Valley HCS - FDR CAMPUS
2094 Albany Post Road,
VISN 2 - Network Contracting Office
Bldg 29, Rm 338, Box 29-2
Montrose, NY 10548
Phone: 914-737-4400; Ext. 4124

PLEASE BE ADVISED: This is an inquiry only and must not be construed as a guarantee on the part of the Department of Veterans Affairs to enter into a lease agreement with any interested party. Only properties that can provide the requested space requirement and those that meet applicable government standards will be considered.


Jemeek Morris
Contract Specialist / Lease Acquisition Coordinator
VISN 2 - Network Contracting Office
SAO East
Posted: Tuesday, January 2, 2019

JEMEEK MORRIS
NETWORK CONTRACTING OFFICE 2
VA HUDSON VALLEY HCS
2094 ALBANY POST ROAD
BLDG. 29, RM 338
MONTROSE, NY 10548

NETWORK CONTRACTING POINT OF CONTACT

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP