Montana Bids > Bid Detail

RPO West, Leasing - Lewistown Clinic New Lease

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159806817779322
Posted Date: Sep 11, 2023
Due Date: Oct 6, 2023
Solicitation No: 36C24W
Source: https://sam.gov/opp/ba47039d95...
Follow
RPO West, Leasing - Lewistown Clinic New Lease
Active
Contract Opportunity
Notice ID
36C24W
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 11, 2023 11:41 am CDT
  • Original Response Date: Oct 06, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Lewistown , MT 59457
    USA
Description

SOURCES SOUGHT NOTICE 36C24@23R0040



The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 5,000 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Medical Clinic Space in the area of Lewistown, MT.





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, and the small business size standard is $41.5 Million.





The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources 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: Ralph Crump, Contracting Officer, RPO West, Leasing, 750 NE 13th Street, Suite 200, Oklahoma City, OK 73104 Office:(405) 456-3612 Fax: (405) 456-5123 Ralph.Crump@va.gov



Description: The Department of Veterans Affairs seeks to lease not to exceed 5,000 ABOA Square Feet (SF) of new or existing medical office space and 20 reserved for VA use only parking spaces including 6 designated ADA compliant spaces for use by the VA as a Consolidated Medical Clinic in the delineated area explained below within Lewistown, MT. The space or future build-to-suit shall be located within the delineated area stated below. VA will consider space located in an existing building (first floor only) as well as a building being constructed for multi-tenant use or stand-alone build-to-suit for VA. 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: 20 years, termination rights after 10 years





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: Wolverine Creek Rd



Bounded on the East: Marcella Avenue



Bounded on the South: Interstate 87



Bounded on the West: H Street







The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area.



ADDITIONAL REQUIREMENTS:




  1. Offered Space shall be located on a single floor (first) within one building.

  2. The building leased space and areas serving the leased space shall be accessible to persons with disabilities in accordance with the Architectural Barriers Act Accessibility Standard (ABAAS), Appendices C and D to 36 CFR Part 1191 (ABA Chapters 1 and 2, and Chapters 3 through 10). To the extent the standard referenced in the preceding sentence conflicts with local accessibility requirements, the more stringent shall apply.



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



(4) 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.



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



(6) Offered space shall be zoned for VA’s intended use.



(7) Offered space will not be considered if located within a walkable ¼ miles to a property with incompatible uses, including but not limited to the following uses: liquor establishments, cannabis dispensaries or methadone clinics, 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 easily accessible to multiple major roadways which provide multiple routes of travel.



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



(13) 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.



(14) A fully serviced lease is required.



(15) Offered space must be compatible with VA’s intended use.



(16) The VA is looking for existing leasable space. If not exist, a new solicitation shall be published.





All submissions should include the following information:



(1) Name and address of current property owner;



(2) Address or described location of building;



(3) A statement as to whether the building lies within the Delineated Area;



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



(5) Description of ingress/egress to the building 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;



(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.



(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 $41.5 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 via e-mail no later than October 6, 2023, at 17:00 CST. to:





Ralph Crump, Contracting Officer, RPO West, Leasing, Ralph.Crump@va.gov





Market Survey (Estimated): October 2023





Occupancy (Estimated):June 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 $41.5 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 § 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 twenty (20) 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.





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.vetbiz.va.gov/vip/ . All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. 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. If 2 or more VOSB firms are sought then the requirement will be set aside.







Capabilities Statement Will Include:



1. Company name, address, point of contact, phone number, Experian Business Identification Number, and e-mail address;



2. If you are, please provide evidence of SDVOSB or VOSB status through registration at VIP (VIP Home · VetBiz Portal (va.gov)) - https://www.vetbiz.va.gov/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 up to 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 at least a conditional commitment of funds in an amount necessary to prepare the Space.





If desired, the company may also submit a narrative describing its capability.





All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project.



CAPABILITIES STATEMENT



SUBMISSION CHECKLIST AND INFORMATION SHEET





Lewistown, MT Lease Sources Sought Notice





Company name: __________________________________________



Company address: __________________________________________



Dunn and Bradstreet Number: __________________________________________



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 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 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)





__________________________________________________


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 11, 2023 11:41 am CDTSources 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 >