The RFP Database
New business relationships start here

VA seeking Expressions of Interest for 19,500 NUSF with at least 150 onsite parking spaces for an Outpatient Clinic in Massillon, Ohio.


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

Page 1 of
Page | 9

Page 9 of 8

Page 1 of
SOURCES SOUGHT NOTICE
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 19,500 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Medical Office Space in Massillon, OH.
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 because 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. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.
Description: The maximum Net Usable Square Footage (NUSF) cannot exceed 19,500. The offered space shall be 19,500 NUSF total. The offered space is for an outpatient medical clinic. The offered space shall have at a minimum 150 parking spaces available for the VA only. The offered space shall be compliant within the location requirements indicated below.
Lease Term: Up to 5 years. Three years firm term with two soft term years.
Delineated area:
Northern Boundary Route 687/ High Mill Ave / Forty Corners Rd / Orrville St.
Eastern Boundary Perry Drive / Brunnerdale Ave.
Southern Boundary - Route 30.
Western Boundary - Route 93.


Location Requirements:
In addition, the offered space must meet the following additional requirements:
The offered space shall be Class A Office Space as defined by Building Owners and Managers Association (BOMA) [https://www.boma.org/BOMA/Research- Resources/Industry Resources/BuildingClassDefinitions.aspx].
The offered space shall be 19,500 NUSF total. Please note that this lease is for an outpatient medical clinic.
To summarize: Parking Space, totaling a minimum of 150 parking spaces.
Space will not be considered where any living quarters are located within the building.

Space shall not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.
Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged.
Regularly scheduled public transportation (if provided by municipality/county) during the workday is required within 2 city blocks.
The ideal space would be a single ground floor level with plenty of access for life safety exits; plenty of exterior windows and or skylights for natural light, site access and floor levels in the building would be ABA/ADA compliant; readily available, well-lit parking at the main entrance of the facility for patients and at the staff entrance for staff; the space would be visible from prominent roads for ease in finding; the space would include a pull thru overhead structure at the main entrance for dropping off patients in poor weather; the buildings structure would be open allowing for interior acoustically rated partitions to be constructed as needed and without hinderance of major structural components to accommodate the PACT model layout as shown on the conceptual drawings, and the ideal space would be in a safe location. The ideal space would be aesthetically pleasing including the building, site, and parking lot that one would find suitable to house a medical clinic and feel comfortable going to for care. To help with the overall cost for buildout the ideal space would also have existing adequately sized HVAC equipment (air handlers, chillers, boilers etc.) that could be designed with appropriate ductwork components, controls, terminal units, fans, and air distribution devices to meet the clinic s HVAC requirements to include but be not limited to outside air exchanges, total air exchanges, temperature, humidity, and individual room control requirements.
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.
Columns size cannot exceed two (2') feet square and space between columns and/or walls cannot be less than twenty (20') feet.
The offered space must meet or be capable of meeting Government Outpatient Clinic requirements for Security, Fire Life Safety and Handicapped Accessibility.
If space offered is above ground level, at least two (2) accessible elevators will be required.
The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. Fire Alarm and Suppression systems monitored and maintained by the lessor included with this project.
The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 7:00 a.m. to 5:30 p.m. (excluding Saturdays, Sundays and Federal Holidays).




Expressions of Interest should include the following:

1. Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered.

2. Identification of public transit routes/stops near the property offered.
3. Rentable square feet available and expected rental rate per rentable square foot, fully serviced.
4. ANSI/BOMA office area (ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any.

5. Date of space availability.

6. Building ownership information.

7. Brokers submitting properties must show authorization from the property owner to submit property on behalf of the property owner.

8. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any).

9. Energy efficiency and renewable energy features existing within the building.

10. List of building services provided.
11. Description of the uses of adjacent properties.
12. Site plan depicting the property boundaries, building, and parking.
13. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction
14. 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 below attachment, entitled, VOSB or SDVOSB Status .
Submit Expressions of Interest to the email address below by December 06,2019:

B Adoniss Gibson, Contract Specialist
B Network Contracting Office 10
B Phone: 937-268-2811, ext. 4540
B Fax: 937-262-5974
B Email: Adoniss.Gibson@va.gov



Attachment - VOSB or SDVOSB Status
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.
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 in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC B' 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;
X_(e) Between $500,000 and $1,000,000;
_ (f) Between $1,000,000 and $3,500,000;
__ (g) Between $3,500,000 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 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.
Project Requirements: This Sources Sought Notice seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 5 years, inclusive of all firm and soft terms, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on the Technical Information Library at the following link: https://www.cfm.va.gov/til/leasing.asp.
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 are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.

Capabilities Statement:
1. Company name, address, point of contact, phone number, Experian Business Identification 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 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.
CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET
Massillon, OH, Massillon CBOC Lease Sources Sought Notice
Company name:
Company address:
Dunn and 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 as a small business 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 RSF). (3-page limit); 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)

Adoniss Gibson / Adoniss.Gibson@va.gov

Real Property Lease Point of Contact

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP