Washington Bids > Bid Detail

X1DB--Tri-Cities Lease US Seeks EOI for Approximately 118,362 ANSI/BOMA sf nte 130,198RSF of Outpatient Clinic Space Location: Tri-Cities, WA area

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159208741246253
Posted Date: May 25, 2023
Due Date: Jun 26, 2023
Solicitation No: 36C10F23R0071
Source: https://sam.gov/opp/fb924200e3...
Follow
X1DB--Tri-Cities Lease US Seeks EOI for Approximately 118,362 ANSI/BOMA sf nte 130,198RSF of Outpatient Clinic Space Location: Tri-Cities, WA area
Active
Contract Opportunity
Notice ID
36C10F23R0071
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
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: May 25, 2023 05:29 am EDT
  • Original Response Date: Jun 26, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 03, 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:
    Tri Cities, WA ,
    USA
Description
Page 2 of 2
EXPRESSION OF INTEREST
Tri-Cities, WA

The U.S. Department of Veterans Affairs Seeks Expressions of Interest for approximately
118,362 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) yielding a not to exceed amount of 130,198 Rentable Square Feet (RSF) of Outpatient Clinic space in the area of Tri-Cities, WA.

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 or 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:
Anntwinette Dupree-Hart
United States Department of Veterans Affairs (VA)
Office of Construction & Facilities Management
Office of Real Property, (003C1E)
425 Eye Street, NW
Washington, DC 20001

Description: VA seeks to lease approximately 118,362 ABOA SF, not to exceed 130,198 RSF, of space and 700 parking spaces for use by VA as an Outpatient Clinic in the delineated area explained below within the greater Tri-Cities, WA area. VA will consider leased space located in an existing building as well as land for new construction for a build-to-suit lease option.

Lease Term: Up to twenty 20 years firm term.

Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting the following boundary roads will also be considered:

Northern Boundary: East on I-182, East on Highway 240
Southern Boundary: West on I-82
Eastern Boundary: South on US-395
Western Boundary: North on I-82

Additional Requirements:
Offered space must be located on no more than two (2) contiguous floors; one of the offered floors must be the ground floor.
Bifurcated sites, inclusive of parking, are not permissible.
The following space configurations will not be considered:Â 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.
Offered space cannot be in the FEMA 100-year flood plain.
Offered space must be zoned for VA s intended use or offeror must provide proof that it can be zoned at the time initial offers are due.
Space will not be considered where apartment space or other living quarters are located within the same building.
Loading dock or loading area is required. Freight elevator required if loading area is on a different level than the offered space. Parking lot must be able to accommodate deliveries by trucks with trailers.
Structured parking under the space is not permissible.
Offered space must be compatible for VA s intended use.
Offered space will not be considered if located in close proximity to residential or industrial areas.
Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: correctional facilities (jails or otherwise), railroad tracks, or within flight paths if flight paths are a noise or vibration disturbance.
Offered space must be located in close proximity to amenities including but not limited to restaurants, pharmacies, and shopping.
Offered space must be located in close proximity to public transportation.

To be considered for the Market Survey, all EOI submissions must include the following information, if applicable, by the EOI Due Date described below:

Property owner or owner representative contact information (name, phone, and email);
Evidence the owner representative has the authority to represent the property owner;
Building address or address/described location of the land;
Provide the location on a 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;
Description of the uses of adjacent properties;
FEMA map providing evidence of floodplain status;
Evidence of seismic compliance or willingness to upgrade;
Evidence of ABBAS compliance or willingness to upgrade;
Evidence of fire and life safety compliance or willingness to upgrade;
Evidence of sustainability standards or willingness to upgrade;
A narrative and map describing proximity of the building or land to the nearest public transportation and major transportation routes;
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, parking, and amenities;
Floor plan showing the floor(s) and ABOA SF of proposed space;
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; and
Provide a statement and supporting documentations if available showing any environmental and/or cultural/historic studies have been done on the property (e.g., Phase I or II ESAs, NEPA environmental assessments, or archaeological surveys).

Set Aside Determination Information:

If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with the associated small business size standard, you must meet the requirements outlined in the attachment, entitled, SDVOSB, VOSB, or JV Status and submit the required information for a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB).
If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide the following:  Evidence that the SDVOSB or VOSB entity of the Joint Venture is certified as a legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV legal name, the CAGE code identified for the JV, and evidence of SAM registration representing that the entity type is designated as a JV.   If you do not meet these JV requirements, as put forth by the Small Business Administration (SBA) and new Code of Federal Regulations (CFR) at the time of EOI due date, your submission will be considered incomplete and not considered. Â
The Joint Venture (controlling entity) must be able to clearly show they are capable based upon past performance on a project of similar size, scope completed, and complexity.

EOI Due Date: All interested parties must respond to this announcement and provide the submissions for consideration no later than Monday, June 26, 2023, at 4:00PM, Eastern.

EOI Submission Format: All submissions shall be sent via email to:

Anntwinette Dupree-Hart
Senior Lease Contracting Officer
Department of Veterans Affairs
Office of Construction & Facilities Management
Office of Real Property/Lease Execution (003C1E)
Email: Anntwinette.Dupree-Hart@va.gov

AND

Brad Seifert
Executive Vice President
Public Properties LLC (sub to REAG)
Email: bseifert@ppwashdc.com
Market Survey: The estimated Market Survey date(s) is August 8, 2023.

Attachment
SDVOSB, VOSB or JV Status

The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard. Responses to this notice will assist VA s Office of Real Property (ORP) 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:

__ (k) Between $50,000,000 and $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.

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.

Project Requirements: ORP 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 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. More information on VA s requirements can be found on the solicitations and expression of interest/sources advertisements, that are made public information via Contract Opportunities on www.SAM.gov.

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 through SBA s Veteran Small Business Certification (VetCert) 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 sheet are provided below for firms to complete and submit, which will serve as the firm s Capabilities Statement.


Capabilities Statement Will Include:

Company name, address, point of contact, phone number, Experian Business Identification Number, e-mail address, and an organizational chart showing the ownership percent for each individual of the SDVOSB or VOSB firm.

If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide the following: Evidence that the SDVOSB or VOSB entity of the Joint Venture is certified as a legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV legal name, the CAGE code identified for the JV, and evidence of SAM registration representing the entity type is designated as a JV. Â

If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with the small business size standard, you must meet the requirements out lined in accordance with SBA and any applicable grace period allowable under the new SBA regulations. SBA has assumed control over the SDVOSB and VOSB certification process. Contractors seeking SDVOSB or VOSB verification must be registered on SBA s website (https://veteranscertify.dba.gov) notwithstanding any applicable grace period that allows a former CVE.

If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 provide evidence of ability to offer as a small business in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system;

A detailed summary describing at least two (2) projects of similar size, scope completed, and complexity in the past seven (7) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to a VA project for 50,000 ABOA SF (4-page limit); and

Example for Similar Size, Scope, and Complexity:
Details of structural systems and coordination of the building with multiple stories, specialized foundations, and even possibly progressive collapse avoidance.
Mechanical and electrical systems in relationship to similar characteristic in size.
Facility tiers of complexity:
Walk into a clinic with a multitude of exam rooms and admin spaces.
Business occupancy or ambulatory care: The level of business use and number of ambulatory care occupancy in NFPA 10 and Life Safety Code.
Higher complexity Departments. Certain departments are higher in complexity. Sterile Processing, Dental, Endoscopy, Surgery, Pharmacy Clean Rooms, and Radiology (CT Scan/MRI).
Special requirements of departments for mechanical requirements.
Experience in the firm term maintenance of all of these spaces. Maintaining the HVAC system of a sterile processing department to continue to have appropriate pressurization throughout the firm term life of the lease.

Evidence of capability to obtain financing (for a project of this size in current market conditions) dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available for a VA project in the amount of 118,362 ABOA SF. (Note: You must provide contact information for verification of financing.)

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 is attached.
CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET

Tri-Cities, WA Department of Veterans Affairs Outpatient Clinic

Company name:

Company address:

Experian Business Identification Number (BIN):

Point of contact:

Phone number:

Email address:
The following items are attached to this Capabilities Statement:
Company name, address, point of contact, phone number, Experian Business Identification Number, e-mail address, and organizational chart;
Evidence of SDVOSB or VOSB registration status through SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/;
To be considered a JV, please attach evidence that the SDVOSB or VOSB entity of the Joint Venture is certified as a legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV legal name, the CAGE code identified for the JV, and evidence of SAM registration representing that the entity type is designated as a JV.
Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system;
A summary describing at least two (2) projects of similar size and scope completed in the past seven (7) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to a VA project for 102,055 ABOA SF. (4-page limit); and
Evidence of capability to obtain financing (for a project of this size in current market conditions dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available for a VA project in the amount of 102,055 ABOA SF. (Note: You must provide contact information for verification of financing.)

If desired, the company may also submit a narrative describing its capability, not to exceed three (3) pages.

Submitted By: ____________________________________
(Print Name and Title)
____________________________________
(Signature)
Attachments/Links
Contact Information
Contracting Office Address
  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 25, 2023 05:29 am 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 >