News

X1DZтАУ636-20-3-7110-0002 тАУ Lease тАУ Acute Care and Memory Unit Lease тАУ NWI

Type of document: Contract Notice
Country: United States

X1DZтАУ636-20-3-7110-0002 тАУ Lease тАУ Acute Care and Memory Unit Lease тАУ NWI

Notice ID: 36C26320R0036
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 263-NETWORK CONTRACT OFFICE 23 (36C263)

Award Details:
Contractor Awarded Name: null

General Information:
Contract Opportunity Type: Sources Sought
Original Published Date: 2020-01-31 13:57:47.191-05
Original Inactive Policy: Manual
Original Inactive Date: 2020-03-31

Classification:
Product Service Code: X1DZ
NAICS Code: 531120
Place of Performance: Omaha, NE USA

Description
Page 5 of 5 Omaha, Nebraska The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 26,000 Net Usable Square Feet of Community Living Center (CLC) for Long Term Acute Care, with Memory Unit space in the Omaha, NE area 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. Contracting Office Address: United States Department of Veterans Affairs (VA), Leasing and Specialized, Network 23 Contracting Office (NCO 23), 1303 5th Street, Suite 300, Coralville, IA 52241. Description: VA seeks to lease approximately 26,000 net usable square feet (NUSF) (approx. 30,000 RSF) of space and 45 parking spaces for use by VA as a Community Living Center (CLC) for Long Term Acute Care, with Memory Unit space in the delineated area explained below. The VA will only consider existing building options (this is due to high probability/impact assessments of schedule delays; cost overruns and National Environment Policy Act impacts for lease construction projects fulfilling space requirements). THIS NOTICE IS FOR LEASED SPACE LOCATED IN EXISTING BUILDINGS ONLY. *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 request for proposals be issued for this project. Attention SDVOSB/VOSB: In accordance with VA procurement policy memorandum (2016-05) Implementation of the Veterans First Contracting Program as a result of the U.S. Supreme Court Decision (Kingdomware), The VA must set aside procurements for competition among veteran-owned small businesses if a Contracting Officer has a reasonable expectation that two or more small businesses owned by veterans will submit offers and that the award can be made at a fair and reasonable price that offers the best value to the United States. 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 я┐╜State St from Hwy 31 to I- 680 and I-680 to я┐╜the Nebraska state line East- Nebraska state line to Capehart road South- Capehart RD from the Nebraska state line to Hwy 6 West Hwy 6 from Capehart Road until Hwy 31 and Hwy 31 to State St. я┐╜ Existing Space: The building must be able to comply with the Architectural Barriers Act Accessibility Standards (ABAAS)(), the VA Barrier Free Design Standard () , and meet security requirements as set forth by GSA for Federal Security Level II, space shall be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (). VA Small House (SH) Model design guide (to be used where applicable as a reference). Parking Requirements: On-site parking must 1) be dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations and: 3) total approximately 45 parking spaces. Handicap Parking spaces shall be designated in accordance with local code. All spaces shall be sized in accordance with applicable guidelines and the Request for Lease Proposal Design specifications. All submissions should include the following information: Name of owner. Address or described location of building. Location on map, demonstrating the building lies within the delineated area. Description of ingress/egress to the building. A statement as to whether the building is currently zoned for medical and medical office use. Description of the uses of adjacent property. FEMA map evidencing that the property lies outside the 100-year floodplain. A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, if mass transit is available. ATTENTION: A narrative and map describing the proximity of the building to the nearest Dialysis center, Emergency Room, Respiratory Care, radiology and PT/OT medical services. All Services must be either onsite or no further than 500 feet from leased space and accessible through environmentally controlled space or corridor that accommodates bariatric wheelchairs (42 inch width) and gurneys. Evidence of ownership, if building submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building must provide evidence of authority granted by property owner to submit the property to VA for development. (NOTE: The government is not contracting for medical services, this announcement is solely for lease space conforming to the availability of medical services by detailing the locality restrictions above). Any information related to title issues, easements, or restrictions on the use of the building; and A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction. A statement indicating the current availability of utilities serving the proposed space. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. A description of any changes to the property necessary to be compatible with VA s intended use. A statement indicating the current availability of utilities serving the proposed space or property. (16) 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. For existing buildings, provide the following information: Age of building. Total existing gross square feet. Site plan depicting the building and parking. Floor plan and gross square footage of the proposed space, and Identification of on-site parking to be dedicated for VA s use. Documentation showing compliance with seismic requirements, if any, for the location of the property. Additional Requirements for submissions: (1) Offered space will not be considered if located near property with incompatible uses, including but not limited to the following uses: liquor establishments, correctional facilities, where firearms are sold/discharged, railroad tracks, within flight paths, industrial areas, or agricultural areas that are within close proximity to fields where chemical insecticides/herbicides are sprayed. (2) Space will not be considered where apartment space is located within the same building. (3) Offered space must be easily accessible to multiple highways which provide multiple routes of travel. (4) Structured parking under the space is not permissible. (5) 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. (6) A fully serviced lease is required. (7) Offered space must be compatible for VA s intended use. Market Survey: VA will conduct a market survey to evaluat
e all properties submitted in response to this notice that meet the initial requirements described herein. The Contracting Officer will examine each site (passing initial review of submitted documents), further on a market survey to determine if the offered buildings do in fact meet VA s criteria. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria. All interested parties must respond to this announcement no later than Friday, February 28th, 2020 at 12:00 P.M. CST. To the attention of: Melissa S. Johnson Contracting Officer/Lease Contracting Officer Department of Veterans Affairs (VA) Leasing and Specialized, Network 23 Contracting Office 1303 5th Street, Suite 300 Coralville, IA 52241 Email: melissa.johnson14@va.gov (email is the best way to reach me) Market Survey if required (Estimated): Spring 2020 Occupancy (Estimated): Spring 2022 Attachment тАУ Small Business, VOSB or SDVOSB Status 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 VA s in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 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; __ (g) Between $2,000,000 and $5,000,000; _X_ (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 lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. Project Requirements: VHA seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: SDVOSB, VOSB, and Small Business 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 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 is 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, Dunn & Bradstreet number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VIP (); 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 your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 6. 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. ***

Attachments/Links
Link:

Contact Information
Contracting Office Address: MINNEAPOLIS MN (55417)

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy