Washington Bids > Bid Detail

X1DB--688-23-1-484-0001 SE Washington CBOC Succession Lease (VA-23-00000638)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159951675615546
Posted Date: Feb 15, 2023
Due Date: Mar 1, 2023
Solicitation No: 36C24523Q0342
Source: https://sam.gov/opp/4f066db1c9...
Follow
X1DB--688-23-1-484-0001 SE Washington CBOC Succession Lease (VA-23-00000638)
Active
Contract Opportunity
Notice ID
36C24523Q0342
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2023 11:12 am EST
  • Original Response Date: Mar 01, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 16, 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:
    South East Washington See Attached Delineated Area ,
Description
Page 4 of 8
SOURCES SOUGHT NOTICE
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for
1,280 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Office Space in Southeast Washington DC.
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.
Contracting Office Address: Network Contracting Office 5, 510 Butler Avenue, Building 306A, Martinsburg WV 25405
Description: The Government s lease of approximately 1,280 ABOA Square Feet of space and 5 parking spaces for use by VA as a Community-Based Outpatient Clinic in the delineated area explained below within SE Washington DC is expiring. The maximum rentable square feet (RSF) cannot exceed 10,000. VA will consider alternative space if it is economically advantageous, and that otherwise the Government intends to pursue a sole source acquisition. In making this determination, VA will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements as well as all costs likely to be incurred through relocating such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. VA will consider leased space located in another existing building providing all costs mentioned above can be offset by competition.
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:
Bounded on the North: 9th Street
Bounded on the South: 4th Street
Bounded on the East: Southern Ave
Bounded on the West: Valley Ave SE
See the delineated area map below for further clarification of the boundaries of the delineated area.





All submissions should include the following information:
Name of current 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 from a public right-of-way;
A statement as to whether the building lies within the Delineated Area;
Description of the uses of adjacent properties;
FEMA map evidencing floodplain status;
A narrative and map describing proximity of the building to the nearest bus and/or train stop, 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, and parking;
Floor plan, ABOA, and RSF of proposed space;
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;
A document indicating the type of zoning;
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.
Failure to provide the information listed above will render your offer non-responsive and it will not be considered for evaluation. All interested parties must respond to this advertisement 01 March 2023 at 2:00 p.m. EST.
Electronically To:
Christopher Tate
Contract Specialist
Christopher.tate2@va.gov
Page 6 of 8
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.
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 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://www.vip.vetbiz.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 is provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.
Capabilities Statement:
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 VIP (https://www.vip.vetbiz.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.

Page 6 of 8
CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET
Columbus, Ohio, Lease Sources Sought Notice
Company name:
Company address:
Dunn and Bradstreet 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 RSF). (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)
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2023 11:12 am 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 >