X1DB--Community Based Outpatient Clinic (CBOC) Replacement Lease in Tilton or Franklin NH

Agency:
State: New Hampshire
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159392103559978
Posted Date: Dec 8, 2023
Due Date: Jan 8, 2024
Source: Members Only
Follow
X1DB--Community Based Outpatient Clinic (CBOC) Replacement Lease in Tilton or Franklin NH
Active
Contract Opportunity
Notice ID
36C24124Q0151
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 08, 2023 02:26 pm EST
  • Original Response Date: Jan 08, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Tilton NH Franklin NH ,
Description
Page 6 of 6
The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for the lease of approximately 13,750 ANSI/BOMA Office Area (ABOA) Square Feet of Medical / Clinical Office Space in Tilton, NH or Franklin, NH.
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. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information.
The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources that are classified and registered as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the VA.
Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.
Description: The VA seeks to lease approximately 13,750 ABOA (NUSF) square feet (SF) of medical / clinical space and 70 parking spaces for use by the VA as a Community Based Outpatient Clinic (CBOC) within the delineated area of the town limits of Tilton NH or Franklin NH. VA will consider space located in an existing building as well as new construction.
Parking space requirement is 70 total spaces on site, including 1 handicapped van accessible space and 3 handicapped accessible spaces.
ABOA (also known as net useable) is generally defined as the space remaining once common areas, Lessor areas, and 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.
Lease Term: 20 years with 10 years firm term and 10 years soft term.
Delineated Area: To receive consideration, submitted properties must be located within the town limits of Tilton NH or Franklin N.
See the below delineated area map for further clarification of the boundaries of the delineated area.
Location Requirements:
In addition, the offered space must meet the following additional requirements:
Additional Requirements:
(1) Offered space must be located on no more than one floor and all space must be contiguous.
(2) If offered space is not on the ground floor, then a minimum of two (2) elevators must be provided.
(3) Space must not be located on a level below ground.
(4) Entrance doors must be automatic. If they are not currently automatic, they shall be updated prior to occupancy.
(5) The building must have metro-ethernet data and voice communication circuits available for demarking in the telecommunication room.
(6) 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.
(7) Parking shall be contiguous and adjacent to the building. Handicap spaces shall be within 100 feet of a building entrance.
(8) Structured parking under the space is not permissible.
(9) Offered space cannot be in the FEMA 100-year flood plain.
(10) Offered space must be zoned for the VA s intended use.
(11) Offered space may 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, establishments where firearms are sold/discharged, railroad tracks, or within flight paths if flight paths are a noise or vibration disturbance.
(12) Space may not be considered where apartment space or other living quarters are located within the same building.
(13) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards.
(14) The building must be handicapped accessible. The space and parking area must meet the requirements of the Architectural Barriers Act Accessibility Standards and the VA Barrier Free Design Standard (available at Barrier Free Design Standard (va.gov)).
(15) A fully serviced lease is required.

Expressions of Interest:
All submissions should include the following information:
(1) Name of current owner.
(2) Point of contact with email address and phone number.
(3) Address or described location of building.
(4) Location on map demonstrating the building lies within the Delineated Area.
(5) Site plan depicting the building and parking.
(6) Floor plan, with ABOA, of proposed space.
(7) Identify your socioeconomic status and business size type. (i.e.: WOSB, Small Business, Other than Small Business).
(8) 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 $47 million, please identify as such and attach proof of status.

All interested parties must respond to this advertisement no later than January 08, 2024 at 3 PM ET.
E-mail responses to:
Melinda Sanderson melinda.sanderson@va.gov
Vicki Clements vicki.clements@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 08, 2023 02:26 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >