The RFP Database
New business relationships start here

Rochester Physical Therapy & PRRC Lease


New York, United States
Government : Federal
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

THIS AMENDMENT REPLACES THE PREVIOUS SOURCES SOUGHT NOTICE 36C24219R0161. THE DELINEATED AREA IS REVISED.

The Department of Veterans Affairs is conducting market research/seeking capable sources from bondable and experienced firms that are classified and registered in www.vip.vetbiz.gov as either Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that are interested in a forecasted lease project for a clinic located in Rochester, NY, of 9,999 net usable square feet (nusf), in the 25th Congressional District for use as a Physical Therapy Clinic.

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 the VA in determining if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. Although this notice focuses on SDVOSB and VOSB, we encourage ALL small businesses and other interested parties to respond for market research purposes

The magnitude of the anticipated construction/buildout for each 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;
_X_ (e) Between $500,000 and $1,000,000;
__ (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 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.


The delineated area is as follows:

North: Elmwood Ave

East: Route 65

South: Interstate 90

West: East River Road/Kendrick Road


The following map of the delineated is provided for further clarification of the boundaries of the delineated area:



The space must be handicapped accessible, ADA compliant, and the Architectural Barriers Act Accessibility Standards, and can be provided by new construction or modification of 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 10-year lease (5 years firm) 5 years soft term 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 supplies
Garbage removal Snow removal
Pest control Lawn Sprinkler
Common area maintenance Sight lighting
Insurance Alarm System



Only space that is identified as economically advantageous to the Government will be considered relative to relocation, 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 through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. A cost comparison will be performed in relation to the expenses incurred at the current location.

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 Friday, July 26, 2019; 4:30pm EST.

Other applicable requirements:
Compliant with Americans with Disabilities Act
Parking Minimum 70 or more parking spaces to include 5 Handicapped spaces
Proximity to public transportation
Proximity to public amenities (stores, restaurants, banks, etc.)
Building cannot be within a 100 year flood plain
Shall be built to VA specifications
Shall be zoned for intended use
Shall not be next to a bar, liquor, gun store or like establishment
Shall meet specific information technology and security requirements

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. The Government s decision regarding whether to relocate will be based in part on information in response to this advertisement.

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: Michael.james6@va.gov


Expressions of Interest may also be sent by mail to:

ATTN: Michael Elisha James
St Albans CLC
179-00 Linden Blvd
Room D202
Queens, NY 11425
Phone: 718-526-1000 ext 7504

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.



Michael Elisha James
Contract Specialist
VISN 2 - Network Contracting Office
SAO East
Posted: Wednesday, July 10, 2019

MICHAEL ELISHA JAMES

MICHAEL.JAMES6@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP