X1DB--Lease Warsaw CBOC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Indiana
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159634576800522
Posted Date: Mar 24, 2023
Due Date: Apr 13, 2023
Solicitation No: 36C25023R0113
Source: Members Only
Follow
X1DB--Lease Warsaw CBOC
Active
Contract Opportunity
Notice ID
36C25023R0113
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 24, 2023 01:18 pm EDT
  • Original Response Date: Apr 13, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 21, 2023
  • 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:
    Warsaw, Indiana Reference Delineated Area in Description , 46580
Description


SOURCES SOUGHT NOTICE 36C250-23-AP-2234
SAM-NOTICE 36C25023R0113
WARSAW AREA, INDIANA

The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 15,000 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Medical Clinic Space in the area of Warsaw, Indiana.

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. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $34 Million.

The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources that are classified and registered at https://veterans.certify.sba.gov/ as either Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs.

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

Contracting Office Address: Department of Veterans Affairs, Network Contracting Office 10, 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240

Description: The VA seeks to lease 15,000 ABOA Square Feet of medical office space and sixty (60) parking spaces for use as a Community Based Outpatient Clinic (CBOC) in or around Warsaw, Indiana. The space shall be located within the delineated area stated below. VA will consider space located in an existing building as well as a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only.

ABOA 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. 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.

VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project.

Lease Term: Not to exceed fifteen (15) years firm.

Delineated Area: To receive consideration, submitted properties must be located within the area described below, which is bound by the following roads or must front on any of the following boundary lines:

Bounded on the North: 350N, E 300 N, Old Road 30, E Pierceton Rd, E Crystal Lake Rd, W 100 N, W400 N, Lincoln Hwy, W 300N, W400 N

Bounded on the East: Airport Road, N 100 E, Husky Trail, Patterson Road, N 175 E, Lincoln Hwy, S 250 E, S 275 E, SR 15

Bounded on the South: 225 S, W 200 S,

Bounded on the West: S 400 W, Parks Schram Rd, N 350 W, N300 W,

A map of the delineated area is provided below for further clarification of the boundaries of the delineated area.




ADDITIONAL REQUIREMENTS:

(1) Offered Space shall be located on a single floor within one building; preferably be located on the first (1st) floor. If the offered space is above the first (1st) floor, the space shall at be equipped with a minimum of one (1) passenger elevator able to accommodate a standard ambulance gurney and one (1) combination (passenger/freight) elevator.

(2) Bifurcated sites, inclusive of parking, are not permissible.

(3) The following space configurations will not be considered: Space with atriums, 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) Column size shall not exceed two (2) feet square and space between columns and/or walls shall not be less than twenty (20 ) feet.

(5) Offered space shall not be in the FEMA 100-year flood plain.

(6) Offered space shall be zoned for VA s intended use by the time initial offers are due, or that it will be zoned accordingly by the time of award.

(7) Offered space will not be considered if located in close proximity to a property with incompatible uses, including, but not limited to the following uses: liquor establishments, cannabis dispensaries, drug and alcohol treatment centers, correctional facilities, establishments where firearms are sold/discharged, railroad tracks, or within flight paths.

(8) Offered space will not be considered if located in close proximity to residential neighborhoods or industrial areas.

(9) Space will not be considered where apartment space or other living quarters are located within the same building.

(10) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping.

(11) Offered space must be located in close proximity to a hospital or stand-alone emergency room center or EMS / fire department.

(12) Offered space must be easily accessible to multiple major roadways which provide multiple routes of travel.

(13) Offered space must be located in proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.

(14) Structured parking under the space is not permissible.

(15) 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 requests for proposals.

(16) A fully serviced lease is required.

(17) Offered space must be compatible with VA s intended use.
SUBMISSION REQUIREMENTS

All submissions should include the following information:

(1) Name and address of current property owner;

(2) Address or described location of building or property;

(4) Location on map, demonstrating the building or property lies within the Delineated Area;

(5) Description of ingress/egress to the building or property from a public right-of-way;

(6) Description of the uses of adjacent properties;

(7) FEMA map of location evidencing floodplain status;

(8) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction;

(9) Site plan depicting the property boundaries, building, and parking;

(10) Floor Plan, Parking Plan and ABOA/RSF/NUSF, of proposed space (if applicable);

(11) A document indicating the type of zoning;

(12) A description of any changes to the property necessary to be compatible with VA s intended use;

(13) Building owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by property owner to submit the building to VA for development;

(14) Any information related to title issues, easements, and restrictions on the use of the building;

(15) A statement indicating the current availability of utilities serving the proposed space or property; and

(16) 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 $34 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement;
All interested parties must respond to this advertisement no later than 1:00 P.M. EST on April 13, 2023. Submissions shall be sent via electronic mail to:

Nathan Hainstock, Leasing Contract Specialist, at nathan.hainstock@va.gov

With a copy to:

Lee Grant lee.grant@va.gov

Market Survey (Estimated): April 2023

Occupancy (Estimated): 2024

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 $34 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 § 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;
__ (e) Between $500,000 and $1,000,000;
__ (f) Between $1,000,000 and $2,000,000;
X _ (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 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 fifteen (15) years, inclusive of all options, 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://veterans.certify.sba.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 sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.

Capabilities Statement Will Include:
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 VetCert - https://veterans.certify.sba.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

Warsaw, IN Lease Sources Sought Notice

Company name: __________________________________________
Company address: __________________________________________
UEI 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 VetCert (https://veterans.certify.sba.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 NUSF). (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, Date)
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
  • Nathan Hainstock
  • nathan.hainstock@va.gov
  • Phone Number 734-222-7148
  • Fax Number Andrew Seaman, 317-988-1526/ andrew.seaman@va.gov
Secondary Point of Contact


History
  • Mar 24, 2023 01:18 pm EDTSources 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 >