The RFP Database
New business relationships start here

Wausau CBOC - New


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

Wausau, WI
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for
20,000-20,473 Net Usable Square Feet of Community Based Outpatient Clinic (CBOC) Space in Wausau, Wisconsin.

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.

Description: VA seeks to lease approximately 20,000-20,473 net usable square feet (NUSF) (or approximately 27,638 maximum rentable square feet) of space and 100 parking spaces for use by VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below. VA will consider leased space located in an existing building or pre-existing projects under construction (already permitted). We are not considering New Builds for this solicitation. 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 solicitation for offers or request for proposals be issued for this project.

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:
North - Evergreen Road / Decator Drive
South - South Mountain Rd. / Highway 29
East - Camp Phillips Rd.
West - County Trunk O

Additional Requirements:
(1) Offered space must be located on one (1) contiguous floor on the first floor of the building offered.
(2) Bifurcated sites, inclusive of parking, are not permissible.
(3) 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.
(4) Offered space cannot be in the FEMA 100-year flood plain.
(5) Offered space must be zoned for VA s intended use.
(6) 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 or industrial areas.
(7) Space will not be considered where apartment space or other living quarters are located within the same building.
(8) Offered space must be easily accessible to multiple highways which provide multiple routes of travel.
(9) Structured parking under the space is not permissible.
(10) 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.
(11) A fully serviced lease is required.
(12) Offered space must be compatible for VA s intended use.


All submissions should include the following information:
Name of current owner;
Address or described location of building or land;
Location on map, demonstrating the building or land lies within the Delineated Area;
Description of ingress/egress to the building or land from a public right-of-way;
A statement as to whether the building or land lies within the Delineated Area;
Description of the uses of adjacent properties;
A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes, and
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.
Site plan depicting the property boundaries, building, and parking; and
(11) Floor plan and NUSF and rentable square footage of proposed space;
(12) 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 $38.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.;
(13) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space;
(14) A description of any changes to the property necessary to be compatible with VA s intended use;
(15) A statement indicating the current availability of utilities serving the proposed space or property.

All interested parties must respond to this announcement no later than October 4th, 2019 at 4:00 P.M. CDT.

To the attention of:
Anita Gjerde
Contract Specialist Specialized Team/Leasing
Great Lakes Acquisition Center, NCO 12
Department of Veterans Affairs
115 S. 84th Street, Suite 101
Milwaukee, Wisconsin 53214-1476
Email: anita.gjerde@va.gov

NOTE: In accordance with 41CFR B'102-73.55, Federal agencies must acquire leases on the most favorable basis to the Federal Government, with due consideration to maintenance and operational efficiency, and at charges consistent with prevailing market rates for comparable facilities in the community.

Anita Gjerde
anita.gjerde@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP