The RFP Database
New business relationships start here

Salem Vet Center Succeeding Lease


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

Department of Veterans Affairs
Salem, Oregon Vet Center
Sources Sought Notice

Tiered Evaluations Including Veteran Owned Small Business Concerns

The U.S. Department of Veterans Affairs (DVA) Seeks Expressions of Interest for 4,250 ABOA square feet of Space in greater Salem, OR area

The Department of Veterans Affairs (DVA) seeks to lease the following space:

Space Type: Vet Center
Rentable Square Footage: Min- 4,750 / Max- 5,250 (estimated 4,250 ABOA SF)
Lease Term: 20 Years / Firm Term: 5 years; Soft Term: 15 years
Estimated Occupancy: August 2019
Delineated Area: See below


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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and DVA Acquisition Regulation 819.70.

Description
The DVA currently occupies office and related space in a building under lease in Salem Oregon, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government, will consider, among other things, the availability of alternative 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 telecommunication infrastructure, and non-productive agency downtime.

The DVA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility on a DVA pre-approved site, as well as all maintenance and operation requirements for the duration of the lease term. More information on DVA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/.

DVA seeks to lease an estimated 4,250 American National Standards Institute (ANSI)/Building Owners and Managers Association (BOMA) (ABOA) square feet of space for use as a Vet Center in the delineated area (shown below) within the greater Salem, OR area. DVA will only consider leased space located in an existing building.

ABOA (also known as useable) 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 (RSF) of the facility. ABOA 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 DVA, should a solicitation for offers (SFO) or request for lease proposals (RLP) be issued for this project.

Beneficial Occupancy (Estimated): August 2019

Contracting Office and Expression of Interest Submission
All Interested parties (owners, brokers, or their legal representatives) should submit Expressions of Interest electronically no later than 4:00 p.m. EST on May 30, 2018 to DVA s representative below:

Department of Veterans Affairs
Attn: Brian Corey, Real Property Lease Administrator
960 S. Broadway Ave, Suite 460
Boise, ID 83706-3689
Subject: Salem Vet Center
Brian.Corey2@va.gov

Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.

Tiered Evaluation
TIERED EVALUATIONS INCLUDING VETERAN OWNED SMALL BUSINESS CONCERNS: A solicitation may be issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.

The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million.

Lease Term
5-years firm, 15 years soft term. DVA reserves the right to request other lease structures and may request multiple lease structures.

DVA 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. DVA makes no progress payments during the design or tenant improvements/build-out phases of the project.

Tenant Improvements/Buildout
The magnitude of the anticipated tenant improvements/buildout for this project is:

Selection
Anticipated Magnitude

Less than $25,000;

Between $25,000 and $100,000;
XXXXXXX
Between $100,000 and $250,000;

Between $250,000 and $500,000;

Between $500,000 and $1,000,000;

Between $1,000,000 and $2,000,000;

Between $2,000,000 and $5,000,000;

Between $5,000,000 and $10,000,000;

Between $10,000,000 and $20,000,000;

Between $20,000,000 and $50,000,000;

Between $50,000,000 and $100,000,000;

More than $100,000,000.

Delineated Area
To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting any of the following boundary lines will also be considered:

North: Chemawa Rd NE Extended
South: Mission Street Extended
East: Interstate 5 Extended
West: Willamette River Extended
Please see the site below for the requested delineated area:






Additional Requirements
The offered space:
The building must meet or be able to economically meet the seismic requirements for buildings in High Seismic activity area(s) as defined in American Department of Veterans Affairs Handbook H-08-18 references to American Society of Civil Engineers 7 Section 1.5. Offers of existing buildings will be evaluated according to the procedures in ASCE 31-02 for the Immediate Occupancy Performance Level.
Shall be contiguous and built to DVA specifications.
Shall be zoned for DVA s intended use.
Shall be a full-service lease (shall include janitorial service and utilities).
Shall not be in the FEMA 100-year flood plain.
Shall not be a sublease.
Shall include a minimum of 35 parking spaces (including handicap accessible spaces in accordance with Americans with Disabilities Act requirements)
The offered facility should be on a public bus transportation route and located no further than 2,640 feet from a public bus transportation stop. Convenient access to public transportation is a positive.
The DVA prefers properties, including sidewalks and parking lots that are level with the main building entrance for patient access.
Shall meet Federal and Local Government requirements for fire safety, physical security, accessibility, and sustainability standards per the terms of the solicitation for offers or request for proposals.

EXPRESSION OF INTEREST - CAPABILITIES STATEMENT (5 pages max)

Company name:
Company address:
Dunn & Bradstreet number:
Point of contact:
Phone number:
Email address:
Location on map, demonstrating the following:
building lies within the Delineated Area;
depicting the property boundaries, building, and parking;
uses of adjacent properties;
location of nearest bus and/or train stop, and major transportation routes.
Floor plan showing ABOA square footage of proposed space;
Evidence that the Offeror owns both the building and the property;
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction;
A document indicating the type of zoning and that DVA s intended use is permissible for the proposed space;
Evidence of SDVOSB / 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).

This is not a request for lease proposals (RLP), only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued.

Brian Corey
brian.corey2@va.gov

brian.corey2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP