United States - R--Central Alabama Veterans Health Care System (CAVHCS) At-Risk Senior/Disabled Veterans and their Families Enhanced-Use Lease Development Project – Tuskegee, Alabama Posted - 6/24/2019

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
22 August 2019
Opportunity publication date
25 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 24, 2019 11:09 am

Department of Veterans Affairs RFQ #

DEPARTMENT OF VETERANS AFFAIRS

REQUEST FOR QUALIFICATIONS (RFQ)

No. 36E77619Q0109

CENTRAL ALABAMA VETERANS HEALTH CARE SYSTEM (CAVHCS) DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER

AT-RISK SENIOR/DISABLED VETERANS AND THEIR FAMILES

ENHANCED-USE LEASE DEVELOPMENT PROJECT

Tuskegee, Alabama

24 June 2019

DATE AND TIME RESPONSES DUE: August 22, 2019, 9:00 AM Central Time Questions are due before August 5, 2019

Site visit is scheduled for July 23, 2019 at 10 am (CDT) at building #90 with registration scheduled to start from 9:30 AM

DISCLAIMER

The information presented in this Request for Qualifications and all supplements, revisions, modifications, updates, and addenda thereto (collectively, the RFQ ), including (without limitation) narrative descriptions and information, is not represented to be all of the information that may be material to an Offeror s decision to submit a response to this RFQ or to develop, construct, manage, and maintain the Project (as defined below) on a portion of VA campus named in Attachment A.

Neither the United States Department of Veterans Affairs ( VA ), nor any of its contractors, subcontractors, officers, employees, counsel, advisors, or agents make any representation or warranty, whether express, implied, or created by operation of law, as to the accuracy or completeness of this RFQ or any of its contents or materials referred to or provided pursuant to or in connection with this RFQ, and no legal liability with respect thereto is assumed or may be implied. Any information or site description is merely provided to assist Offerors in their independent analysis of the decision to submit a response. The transactions contemplated by this RFQ involve significant risks. Offerors and their advisors should review carefully all the information set forth in the RFQ and any additional information available to them to evaluate such risks.

No additional representation or warranty, whether express, implied, or created by operation of law, will be made by VA. No person has been authorized to make or give on behalf of VA any other written or oral representation, warranty or assurance with respect to the Project or the accuracy or completeness of the information provided in this RFQ or otherwise and, if any such representation, warranty, or assurance is made or given, it may not be relied upon by any Offeror as having been made by or on behalf of VA, and VA shall not have any liability for or with respect to such statements.

Table of Contents

1. EXECUTIVE SUMMARY 5

1.1 Supportive Housing Definition 5

1.2 Authorize to Outlease 5

1.3 RFQ Terms and Condition Acceptance 6

2.1 Overview of Solicitation Structure 6

2.2 Location, Background and Description of EUL Site 6

2.3 Development Considerations 6

2.3.1 National Historic Preservation Act 6

2.3.2 National Environmental Policy Act and Other Environmental Considerations 7

2.3.3 Infrastructure 7

2.3.4 Legal Considerations 7

2.3.5 Prevailing Wages 9

2.3.6 Handicap Accessibility 9

2.3.7 EUL Statutory Requirements 9

2.3.8 EUL Site, VA s Goals and Objectives 9

2.3.9 Other Considerations 10

3 CONCEPTUAL DEVELOPMENT PLAN OUTLINE 10

3.1 Project Overview 10

3.2 Transaction Terms 11

3.3 Project Financing 11

3.4 Construction Plan 12

3.5 Project Operations 12

3.6 Energy Conservation and Sustainable Design 13

4 CONTENTS AND PROCESS FOR SUBMISSION OF RESPONSES 13

4.1 Submission of Responses 13

4.1.1 Time and Date of Submission 14

4.1.2 Place and Manner of Submission 14

4.2 Response Content 15

4.2.1 Cover Letter with Background and Administrative Information 16

Section 1: Management Plan 18

Section 2: Affordable and Supportive Housing Development and Operations Qualifications, Experience, and Past Performance 19

Section 3: Financial Wherewithal and Experience Securing Financing 21

5. EVALUATION CRITERIA 21

5.1 Initial Review 21

5.2 Formal Presentations 22

5.3 Selection Process 22

5.4 Selection Timeline 22

5.5 Evaluation Factors 22

Factor 1: Management Plan 22

Factor 2: Senior/Disabled Affordable and Supportive Housing Development and Operations Qualifications, Experience, and Past Performance 23

Factor 3: Financial Wherewithal and Experience Securing Financing 24

6.0 MISCELLANEOUS TERMS AND CONDITIONS APPLICABLE TO THIS RFQ 25

6.1 Authorizations by Submission of Response 25

6.2 Teaming Arrangements and Special Purpose Entities 25

6.3 Hold Harmless 25

7.0 Ineligibility 25

8.0 Additional Information 26

Attachment A EUL Site Information 27

Attachment B Information on Site Tours 31

REQUEST FOR QUALIFICATIONS

VA CENTRAL ALABAMA HEALTHCARE SYSTEM

AT-RISK SENIOR/DISABLED

ENHANCED-USE LEASE DEVELOPMENT

TUSKEGEE, ALABAMA

EXECUTIVE SUMMARY

The United States Department of Veterans Affairs (VA), under its Enhanced-Use Leasing (EUL) authority (38 U.S.C. §§ 8161 to 8169), is pleased to issue this Request for Qualifications (RFQ or Solicitation), seeking competitive responses from qualified organizations (Offerors) to serve as a Developer to redevelop (described in Attachment A) for up to 50 units of Senior/Disabled supportive housing for homeless and at-risk Veterans and their families on VA Central Alabama Health Care System (CAVHCS) Campus in Tuskegee, Alabama.

Supportive Housing Definition

This Project ( Project ) is to select Offeror ( Offeror ) for a term of up to seventy-five (75) years to allow the selected Offeror to create supportive housing for Senior/Disabled Veterans or their families that are at risk of homelessness or are homeless. The supportive housing means housing that engages tenants in on-site and community-based support services for Veterans or their families, which may include:

Transitional Housing

Single-room occupancy

Permanent housing

Congregate living housing

Independent living housing

Assisted living housing

Other modalities of housing

Authorize to Outlease

VA is authorized to outlease land and improvements to non-Federal entities that provide supportive housing and on-site community-based support services for Veterans and their families. Such leases can have a term of up to seventy-five (75) years. VA s Office of Asset Enterprise Management (OAEM) administers the EUL Program. The Offeror(s) under the EUL will, in part, be authorized and responsible for financing, designing, developing, occupying, operating, and maintaining the EUL Site in accordance with detailed development plan approved by VA ( Development Plans ) and applicable Federal, state, and local laws, codes, ordinances, and regulations. VA envisions that development of the EUL Site will entail well-planned and coordinated endeavor, which are compatible with the campuses ongoing mission-related activities and the surrounding non-VA community.

RFQ Terms and Condition Acceptance

VA reserves the right, at any time, without notice, at its sole and absolute discretion, to: (a) reject any or all responses; (b) extend any deadline set forth in this RFQ; and, (c) terminate the RFQ process, in whole or in part.

2.0 PROPOSED DEVELOPMENT OF EUL SITE

2.1 Overview of Solicitation Structure

Through this RFQ, VA is presenting an EUL Site available for redevelopment for an Offeror, EUL Offerors may submit a single response to this RFQ to develop the EUL Site referenced in Attachment A. See Sections 4 and 5 of this RFQ for required response content and evaluation criteria.

Location, Background and Description of EUL Site

The intent of this Solicitation is to outline the requirements for selection of a Developer and its team(s) to create a safe, affordable, housing community for Senior/Disabled homeless and at-risk Veterans and their families on the Tuskegee Campus.

Supportive housing is a proven, effective means of reintegrating Senior/Disabled homeless and at-risk Veterans and their families into the community by addressing their basic needs for housing and providing ongoing support services to residents in that housing.

Pursuant to 38 U.S.C. §8163, VA conducted a Public Hearing for the proposed EUL for supportive housing on March 20, 2019 at 1 p.m.

Attachment A contains additional information regarding the location, background information, and description of the subject EUL Site. Attachment B includes directions on how to participate in the in-person tours of the EUL Site.

Development Considerations

In considering whether to submit a response to develop the EUL Site, the Offeror should consider certain factors.

National Historic Preservation Act

Prior to entering into a EUL with VA, the Offeror shall work with VA to fulfill the requirements of the National Historic Preservation Act, 54 U.S.C. §§ 300101, et seq. ( NHPA ) in conjunction with the development and finalization of the proposed Development Plans. Section 106 of NHPA, 54 U.S.C. §§ 306108, requires the consideration of the effects of the Project on historic properties listed or eligible for listing in the National Historic Register and provides representatives of the state and local governments, tribes and other interested consulting parties sufficient opportunity to comment on the Development Plan prior to execution of the EUL. Section 106 of the NHPA also requires the seeking of ways to avoid, minimize, or mitigate adverse effects (e.g., demolition) that the Development Plan might have on any historic properties during the execution stage of the EUL. Consummation of this effort will be accomplished by VA. VA will act in concert with the Offeror when necessary in the accomplishment of historical compliance. For guidelines related to historic preservation requirements, visit https://www.achp.gov/protecting-historic-properties.

National Environmental Policy Act and Other Environmental Considerations

EUL and the Project will be subject to all applicable Federal, State, and local environmental laws, codes, ordinances, and regulations, including but not limited to, the Comprehensive Environmental Response, Compensation, and Liability Act ( CERCLA ), 42 U.S.C. §§ 9601-9675; the Resource Conservation and Recovery Act ( RCRA ), 42 U.S.C. §§ 6901, et seq; and the National Environmental Policy Act ( NEPA ), 42 U.S.C. §§ 4321-4347.  NEPA requires that Federal agencies, including VA, identify and evaluate the potential environmental impacts of a major Federal action (e.g., an EUL) on the human environment.  VA will complete the NEPA analysis upon VA s selection of the Offeror.  The Offeror will be required to provide development-specific information to support the analysis.  The NEPA analysis must be completed by VA, prior to execution of the EUL.  The Offeror will be responsible for complying with mitigation requirements of the NEPA analysis, if required. Offer shall comply with all applicable environmental laws and will be responsible for any required cleanup/remediation activities.  Additionally, the Offeror will be responsible for any necessary environmental studies, reports, sites assessments, seismic, etc. that are needed by Offeror to meet Offeror s obligations.  Lastly, the Offeror will be responsible for complying with any regulatory requirements for the abatement and removal of any asbestos and/or lead-containing material.

Infrastructure

Any available information about infrastructure at the EUL Site is included in Attachment A. It is the responsibility of the Offeror to pay utility providers for all utilities through separate metering. It is the responsibility of the Offeror to bring in the necessary utility lines (water, sewer, gas, fiber optics, communication, cable, etc.) to operate the EUL. VA is not obligated to provide selected Offeror access to VA owned utilities or resources.

Legal Considerations

Overview

The Offeror is responsible for conducting its own due diligence regarding the EUL Site including, without limitation, whether (a) the development of the EUL Site, as contemplated by the Response, can be accomplished in compliance with applicable Federal, State, and local requirements (including fire, life safety, accessibility, zoning, State and local building codes, and other local land use restrictions); (b) the condition of the EUL Site is suitable for the Offeror s contemplated use; (c) the necessary permits, variances, special exceptions and other governmental actions or approvals required for the contemplated developments can be reasonably obtained (at no cost or expense to VA); and (d) the contemplated use(s) is otherwise practical and economically feasible. Property is under concurrent jurisdiction. Prior to the execution of the lease agreement, Offeror will need to have written executed agreements (e.g., Memorandum of Understanding regarding fire, police, and emergency services) in place and includes VA concurrence.

Taxes

In accordance with the pertinent provisions of the EUL Statute (i.e., 38 U.S.C. § 8167), the Offeror during the EUL term will be subject to any and all applicable State and local taxes, fees, assessments, and special assessments legally chargeable to the EUL, the Offeror s leasehold interest, and the Offeror s underlying improvements. However, neither VA s interest in the EUL nor the United States fee interest in the underlying properties shall be subject, directly or indirectly, to any State or local laws relative to taxation, fees, assessments or special assessments.

Security

Offeror is responsible for providing security on the EUL site. The Offeror shall include in their response an overview of the physical security and electronic monitoring that will be provided based upon the individual space requirements and tenant mix of the proposed EUL Project. As part of the response, it should be noted, that it is the requirement of the Offeror to have security 24/7.

Energy Conservation and Sustainable Design Requirements

The VA Sustainable Design Manual () is the guidance that defines the methodology to incorporate sustainable design, including energy efficiency, in the EUL project. VA encourages Offerors to incorporate sustainability over and above the standards found in the current VA Sustainable Design Manual. In previous projects, some developers have proposed more aggressive energy efficiency and sustainability milestones that made their proposals, all other elements considered equal, more attractive.  To take advantage of existing sustainability work in the private sector that is well accepted in the construction industry, VA has determined that using a third-party rating system is the best method for fulfilling VA sustainable building requirements in the EUL project. The Offeror may propose using the Leadership in Energy and Environmental Design (LEED®) rating system, the Green Globes® rating system, or an alternate rating system. VA requires that the project achieve at least LEED Silver, Two Green Globes, or an equivalent certification level by the alternate rating organization. Offerors proposing to use an alternate rating system must submit a memo to the VA Project Manager demonstrating that the alternate solution achieves an equivalent level of certification as LEED Silver, Two Green Globes, or both.

Prevailing Wages

Unless the Offeror can demonstrate to the satisfaction of VA in the form of a written determination or written correspondence from the U.S. Department of Labor that the Offeror or the Project are exempt therefrom, Offeror shall comply with the requirements of the Davis-Bacon Act, as amended, 40 U.S.C. § 3141, et seq. and the relevant rules, regulations, and orders of the Secretary of Labor applicable thereto.

Handicap Accessibility

The Offeror will be required to ensure that its design, development, construction, operation, and maintenance plan and activities on the EUL Site comply in all respects with the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101, et seq., and the Architectural Barriers Act of 1968, 42 U.S.C. §§ 4151, et seq., as amended.

EUL Statutory Requirements

VA s EUL and statutory requirements are codified at 38 U.S.C. §§ 8161-8169 and as amended.

EUL Site, VA s Goals and Objectives

VA has the following goals and objectives for the Projects:

Reuse underutilized VA properties to create safe, affordable, smoke-free housing for Veterans and their families (including Women and their children) and should have priority placement in any housing project created on the EUL Site.

Provide supportive housing and on-site supportive/resident services (if HUD-VASH is used, the service provider must provide service above and beyond HUD-VASH requirement). It is the intent that VA will provide case management services to eligible Veterans.

Develop a housing model geared towards enabling Veterans to achieve self-sufficiency and live independently.

Avoid ongoing operating costs associated with the upkeep of vacant and/or underutilized assets.

Other Considerations

VA will not participate in or allow its or the United States underlying fee interest in the land to be used as security for financing for the Project or otherwise, including without limitation, providing any kind of guaranty or act in any way as a beneficiary for a financing vehicle.

In regard to any proposed Project-related financing to be obtained by the Offeror, VA as a general rule will not approve any financing that includes requirements that operate to deny, restrict, or subordinate VA s right to terminate the EUL upon the Offeror s failure to cure an outstanding event of default thereunder. This includes any document, to include the EUL that would prevent VA from terminating the EUL due to cross default arising from one or more parcels on the Property. Any proposed Project financing that does not comply with this restriction must be explicitly identified in the RFQ response for VA s unilateral review and evaluation. The successful Offeror must establish and maintain positive relations and communications with State and local governmental authorities and the local communities during negotiations with VA and any of its representatives.

The successful Offeror must integrate development activities with cultural resources and historical and environmental policy management requirements in support of VA s mission and operations.

The Offeror will be responsible for coordinating the work schedule(s) with VA in order to minimize disruption to the campus activities and operations. This coordination includes the work of any contractor or subcontractor that the Offeror retain in connection with the Project.

CONCEPTUAL DEVELOPMENT PLAN OUTLINE

Following its selection, the Offeror will be responsible for preparing a detailed Development Plan for the Project. The Development Plan must contain a description of the Project and address comprehensively all significant issues regarding its development, operation, management, and maintenance. The Development Plan must include, but should not be limited to, the following:

Project Overview

The specific type of Project contemplated as defined in the EUL statute by the Offeror and a comprehensive plan for the redevelopment of the EUL Site;

Project feasibility, including any anticipated barriers and a plan to overcome those barriers at the early stage of development engage local officials for utility providers (e.g., water and sewer);

Plan to ensure proposed uses are compatible with VA s mission;

Development schedule;

Development team composition;

Community awareness strategies;

Using small and local businesses such as Services Disabled Veteran Owned Business (SDVOB) and 8A businesses and;

Plans to hire Veterans during the life cycle of the Project;

Must secure local approvals/concurrences for zoning, permits, waivers and other building and land use requirements, noting any expected obstacles and a strategy to overcome those obstacles.

Transaction Terms

Proposed entity of the Offeror that would serve as the lessee (on behalf of the Offeror) under the EUL, including all ownership structures associated with the lessee;

Proposed term of EUL (i.e., up to a maximum of 75 years); and,

Project Financing

Financing plan, including sources of funds and any proposed tax abatements;

Development budgets;

Pro forma statements for a minimum of the lease term; and include assumptions all in EXCEL,

Senior/Disabled Supportive/resident services budget;

Sources and uses of funds;

Plan to obtain Financing Commitment Letters that will provide written assurance(s) from the proposed funding sources that those sources will provide the project financing proposed as part of the Offeror s financing structure at the EUL closing, with all conditions required for such funding clearly articulated; and,

Plan to execute a Performance bond that will provide a written commitment from a surety to provide a performance bond equal to the total development cost at the EUL closing. United States Department of Veterans Affairs shall be named as a beneficiary.

Construction Plan

Conceptual drawings and site plans;

Analysis of existing land use restrictions governing the EUL Site, development and land use recommendations, variances required and plan for obtaining them;

Preliminary utilities, parking, site accessibility, traffic mitigation, and landscape plans;

Impact of proposed Development Plan on historic properties, including documentation required to comply or facilitate compliance with NHPA;

Plan for obtaining all necessary public/private entitlements; and,

Development and construction management plan.

Project Operations

Marketing and Leasing Plan, including an ongoing outreach plan to identify and screen potential residents to ensure that the facility is fully occupied;

Discuss marketing plan to identify eligible Veterans. It is not the responsibility of VA to provide Selected Offeror with eligible Senior/Disabled Veterans.

Property and asset protection (e.g., security, police, and fire arrangements),

management, and maintenance (e.g., a funded maintenance account to cover non-routine repairs), water, gas, sewer, electricity sources and arrangements with VA or utility companies;

Realistic on-site staffing plan for resident management, service needs and other operational considerations, qualifications for positions; and

Supportive/resident services plan, which outlines how services appropriate for permanent housing will be coordinated and managed; the plan must:

Discuss how Senior/Disabled residents are to be involved in making facility decisions that affect their lives, including how they are to be involved in selecting supportive/ resident services, establishing personal goals, and developing plan to achieve these goals so that they achieve greater self-determination;

Include an employment plan designed to help the residents attain long-term employment;

Include a plan to minimize legal substance use in Project (Note: Use of illegal substances is prohibited);

Identify which supportive/resident services are to be provided on-site; and,

Discuss how Senior/Disabled residents are to be assisted in assimilating into the community through access to neighborhood facilities, activities and services.

Energy Conservation and Sustainable Design

Discuss the building design, construction and other administrative work necessary to both 1) comply with the Guiding Principles outlined in VA s Sustainable Design and Energy Reduction Manual; and 2) apply for and receive a minimum of the Silver Certification for the Leadership in Energy and Environmental Design for Homes (LEED-H) of the U.S. Green Building Council s (USGBC) Green Building rating system for homes or equivalent by their respective rating organizations (per VA s review and approval).

VA recognizes that formulation of the Development Plan will require the Offeror to work closely and cooperatively with VA. VA will provide final approval and cooperate with the Offeror during the drafting process to facilitate preparation of the final Development Plan. It is anticipated that the Offeror will provide VA with drafts of the Development Plan throughout the drafting process. The Development Plan will be subject to VA s review and approval and may be subject to review and comment by local government and other stakeholders.

The Offeror will be required to meet the timeframes set forth of this RFQ and the proposed timeline provided by the Offeror in their response and agreed to in the Bid Terms Agreement (Attachment C), with any such extensions or modifications that VA agrees to at its discretion. If the Offeror fails to complete the Development Plan(s) or any other timeframe in a timely manner, VA shall have the right, at its discretion, to provide written notice terminating all future discussions with and rights of the Offeror under this RFQ and the Bid Terms Agreement. Upon such termination, VA shall neither owe nor pay any fees, costs, expenses, or monetary penalties to the Offeror for any reason(s) regarding or stemming from this RFQ and its process, and VA shall, at its discretion, be free to select another Offeror in order to further pursue the EUL and Project.

CONTENTS AND PROCESS FOR SUBMISSION OF RESPONSES

4.1 Submission of Responses

Offerors interested in the Project should submit their response in accordance with and meeting the following requirements:

Time and Date of Submission

Responses must be received by August 22, 2019 at 9:00AM Central Time (the Closing Time ). Responses received after the Closing Time will not be considered and will be returned to the Offeror.

Questions regarding this RFQ may be submitted in writing by emailing Jim.Lavery@va.gov before August 5, 2019. Questions received after this date may not be considered. Responses will be provided by an amendment to the RFQ. All Government communication regarding this RFQ shall be from the Program Manager, Jim Lavery.

Place and Manner of Submission

Responses must be delivered to the following address:

Attention: Edward L. Bradley, III

Designated VA Representative

Department of Veterans Affairs

Office of Asset Enterprise Management (044C)

810 Vermont Avenue, NW, Room 534

Washington, DC 20420

Responses must be delivered by mail, courier, or hand delivery. Responses will not be accepted if delivered by electronic means only (including facsimile).

Packaging and Copies

Responses must be in a sealed envelope or package with the following information conspicuously and legibly written or typed on the outside:

Offeror s name;

Offeror s complete mailing address;

Name and contact information for Offeror s contact person (e.g., telephone, email and facsimile);

The following statement (to be completed upon delivery to VA):

Response Received by VA as of _____________(time) on _____________ (date) ; and,

In order to be considered, Offerors must submit one (1) original and three (3) hard copies of its response plus one (1) electronic working copy of the response on a CD ROM or as requested to VA. The entire response must be included on the same CD ROM in PDF format. In addition, any Excel or other spreadsheets that allow data to be manipulated must be included in their native (i.e., Excel), unprotected and accessible format. Each hard copy of the response must be bound in a three-ring binder (to allow VA to easily remove parts for copying and/or circulation). Submissions must be formatted as described in Section 4.2 with title and location of the project At Risk Senior/Disabled Veterans and their Families Enhanced Use Lease Project, Tuskegee Alabama.

Response Content

Each response must contain the following sections in the following order, with each section clearly labeled, beginning on a new page and not exceeding the applicable section page limit.

Section #

Section Name and Subsections

(Note: Separate sections and subsections with tabs in hard copies)

Page Limit

NA

Cover Letter (including Background and Administrative Information)

5 pages

1

Management Plan

Team Composition, Structure, and Subcontractor Management Approach

Key Personnel

Understanding of Requirements, Developer Technical Approach, and Timeline

Community Relations Experience, Strategy, and State/Local Government Support

Small Business Participation and Veteran Hiring

25 pages

(includes resumes)

2

Senior/Disabled Affordable and Supportive Housing Development and Operations Qualifications, Experience, and Past Performance

Development Qualifications and Experience

Development Past Performance

Management and Operations Qualifications and Experience

Management and Operations Past Performance

20 pages

3

Financial Wherewithal and Experience Securing Financing

Financial Wherewithal

Experience Securing Financing

15 pages (excludes financial statements)

Appendix A

Financial Statements and Auditor s Opinion Letter

No limit

Appendix B

Explanation of any legal issues (if any)

No limit

Pages submitted that are in excess of any page limit (including a section page limit) will, at VA s sole discretion, be discarded and not reviewed or evaluated by VA. Supporting data, such resumes, explanations of any legal issues, and auditor s opinion letter, will not count against the page limits. Responses must be typewritten in Arial 11-point font size or greater. For purposes of the response, a key team member should be considered any member that will be responsible for approximately 20% or more of the services or fees under this proposed EUL.

COVER LETTER WITH BACKGROUND AND ADMINISTRATIVE INFORMATION

A cover letter (on the Offeror s letterhead) must state that the Offeror has read and agrees to comply with all the terms, conditions, and instructions provided in this RFQ. Any requests for waivers or exceptions must be clearly identified in the cover letter and shall be subject to VA s review and approval.

The cover letter must also contain the following general information about the Offeror and the Offeror s Team (if applicable). (Note: In the case of an Offeror that is a special purpose entity, include information on each partner, member, or shareholder of the Offeror.)

Administrative Information: Company/Organization name; Employer/Tax Identification Number; Dunn and Bradstreet (DUNS) number; proof of VetBiz verification (if a service-disabled Veteran-owned small business or Veteran-owned small business); mailing address; main telephone number; and main facsimile number.

Authorized Representative: Name (and contact information - mailing address; telephone number; e-mail address; and facsimile number) of the representative authorized to act on behalf of the Offeror.

Day-to-Day Point of Contact: Name (and contact information - mailing address; telephone number; e-mail address; and facsimile number) of the individual designated by the Offeror as the person to whom questions and/or requests for information are to be directed.

Form of Business: Description of the Offeror s form of business (whether a for-profit corporation, a nonprofit or charitable institution, a partnership, a limited liability company, a business association or a joint venture), state of incorporation, and a brief history of the organization and its principals:

Articles of incorporation, partnership, joint venture, or limited liability company agreement (Note: For any Offeror or Team member, as applicable, that is a sole proprietorship, provide current mailing address and a summary of current business activity);

Current certificate of good standing;

By-laws;

Copy of corporate resolutions, certified by a corporate officer, authorizing the Offeror s submission of, or Team member s participation with the Offeror in the submission of, the response and the entity s authority to proceed with the project (assuming an RFQ award is made and VA s approval is obtained); and,

List of principals.

Legal Requirements:

State whether the Offeror or any Offeror s Team member, as applicable, has ever been terminated for default, non-compliance, or non-performance on a contract or lease, or debarred from any Federal, State, or local government contracts and, if so, provide the date and a detailed description of the occurrence in an appendix (Note: this additional detail does not count against page limits); and,

List each instance within the past ten (10) years and explain in sufficient detail in an appendix as necessary (detail does not count against page limits) in which the Offeror, or any Offeror s Team member, or any principal, partner, director, or officer of such entities was:

Convicted of or pleaded guilty or nolo contendre to a crime (other than a traffic offense);

Subject to an order, judgment, or decree (including as a result of a settlement), whether by a court, an administrative agency, or other governmental body, or an arbitral or other alternative dispute resolution tribunal, in any civil proceeding or action in which fraud, gross negligence, willful misconduct, misrepresentation, deceit, dishonesty, breach of any fiduciary duty, embezzlement, looting, conflict of interest, or any similar misdeed was alleged (regardless of whether any wrongdoing was admitted or proven);

Subject to an action or other proceeding, whether before a court, an administrative agency, governmental body, or an arbitral or other alternative dispute resolution tribunal, which, if decided in a manner adverse to the Offeror, Team member, principal, partner, director, or officer (as applicable), would reasonably be expected to adversely affect the ability of the Offeror or Team member to perform its obligations with respect to the project (including the ability to obtain or repay financing);

Debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal, state, or local department or agency;

Notified that it is in default of any Federal, state, or local contract or grant if yes, provide the reason for the default and whether the default was cured;

Terminated for cause or default on one or more public transactions (Federal, State, or local); and,

Party to litigation or a formal Alternative Dispute Resolution (ADR) process (e.g., binding arbitration) involving a claim in excess of $50,000. For those matters involving a claim equal to or in excess of $500,000, describe in detail the litigation or ADR process.

Section 1: Management Plan

In this section, the Offeror should include all relevant information necessary to allow VA to assess the Offeror s overall management approach. Specifically, this section must include the following:

Tab 1A: Team Composition, Structure, and Subcontractor Management Approach

Provide brief descriptions of Offeror entity and the Offeror s Team members (i.e., organizational purposes or missions, services provided, etc.), including key roles and responsibilities. The Offeror should describe past experience working with the Offeror s Team members. Provide an organizational chart showing the relationship between the Offeror and the Offeror s Team members, as appropriate, along with their roles and responsibilities. Explain the Offeror s approach to managing the Team, including prior experience engaging and overseeing the work of multiple Team members and subcontractors.

Tab 1B: Key Personnel

Identify the Key Personnel who will lead the Developer s community/ neighborhood planning tasks, as well as the day-to-day point of contact. For each Key Personnel named provide a:

Description of their proposed role;

Discussion of the extent to which key personnel have worked together on other similar projects; and,

One (1) page resume that includes a description of the person s duties and responsibilities, education, years of relevant experience, certifications/licenses, skills, expertise, other relevant qualifications (Note: Resumes count against page limits).

Tab 1C: Understanding of Requirements, Developer Technical Approach, and Timeline

Provide a brief description of the Offeror Team s understanding of VA s development objectives (see RFQ Section 4), the Developer Concept (see RFQ Section 5), and the assets and infrastructure to be developed into up to 50 units of Senior/Disabled supportive housing (see RFQ Section 6). Identify potential risks and challenges associated with the project and related mitigation strategies.

Describe the Offeror s plan to identify and evaluate potential assets for redevelopment and undertaking all necessary investigation activities to produce development scenarios. List any required studies to be performed. Provide a timeline for development of these scenarios and plans, including any required studies.

VA will evaluate the feasibility of the offeror s development concept and proposed site construction/building design. VA will assess the viability of the proposed financing plan for the project.

Tab 1D: Community Relations Experience, Strategy, and State/Local Government Support

Explain the Offeror Team s experience and customized approach to managing community relations and interacting with state and local government officials (i.e., zoning, environmental, SHPO, local community, stakeholders, etc.). Describe any experience in managing relations with the surrounding community for comparable affordable housing developments.

Tab 1E: Small Business Participation and Veteran Hiring

Describe the Offeror s outreach strategies to maximize participation of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), local small businesses, and other small businesses, in all aspects of the evaluation of assets and subsequent development processes.

Provide a summary of the Offeror Team s plan to increase employment opportunities for Veterans associated with this project.

Section 2: Affordable and Supportive Housing Development and Operations Qualifications, Experience, and Past Performance

In this section, the response should include all relevant information necessary to allow VA to assess the Offeror Team s Senior/Disabled affordable and supportive housing development and operations qualifications, experience, and past performance. Specifically, this section must include the following:

Tab 2A: Affordable and Supportive Housing Development Qualifications

List and explain in sufficient detail the Offeror Team s relevant affordable and supportive housing development qualifications and experience, including experience with adaptive reuse of historic structures. Identify any past experience working with VA and Federal, state and local governments, if any.

Tab 2B: Affordable and Supportive Housing Development Past Performance

Describe three (3) similar Senior/Disabled affordable and/or supportive housing development efforts (past or current) developed by the Offeror or one of its Team members that are comparable to the supportive housing to be developed on the Campus. Each project described should have been completed within the past ten (10) years. At least one project identified should involve the adaptive reuse of an historic property. For each project listed, the following information should be included:

Project name

Location

Type of housing

Size of project (square footage, units, number of buildings, acreage, etc.)

Amount, type, and sources of financing

Historic buildings (if any)

Description of the associated infrastructure

Date of project completion

Number of years involved with the development

Role of the Offeror Team member(s)

Contact information for a reference who VA can contact regarding performance and client or stakeholder (as applicable) satisfaction. Note: Including a reference on this list will constitute authorization for VA to contact and discuss the Offeror s or Team member s performance.

Tab 2C: Senior/Disabled Affordable and Supportive Housing Management and Operations Qualifications

List and explain in sufficient detail the Offeror Team s relevant affordable and supportive housing management and operations qualifications and experience. Identify any past experience working with VA and Federal, state and local governments. Identify the property management and supportive services providers with whom the Offeror have worked in the past and would consider working with on future Campus supportive housing projects and their associated qualifications and experience.

Tab 2D: Senior/Disabled Affordable and Supportive Housing Management and Operations Past Performance

Describe three (3) similar Senior/Disabled affordable and/or supportive housing projects (past or current) managed and/or operated by the Offeror or one of its Team members that are comparable to the supportive housing to be developed on the Campus. Each project described should be currently under management or have been under management within the past ten (10) years. For each project listed, the following information should be included:

Project name

Location

Type of housing

Size of project (square footage, units, number of buildings, acreage, etc.)

Supportive services provided in the project (and by whom)

Years managed / services delivered

Role of the Offeror Team member(s)

Contact information for a reference who VA can contact regarding performance and client or stakeholder (as applicable) satisfaction. Note: Including a reference on this list will constitute authorization for VA to contact and discuss the Offeror s or Team member s performance.

Section 3: Financial Wherewithal and Experience Securing Financing

In this section, the response should include all relevant information necessary to allow VA to assess the Offeror Team s financial wherewithal and ability to secure financing for large-scale Senior/Disabled affordable and/or supportive housing development projects. Specifically, this section must include the following:

Tab 3A: Financial Wherewithal

Provide a general overview of the Offeror Team s financial stability and evidence of their financial wherewithal to develop multi-family housing communities with associated infrastructure, roads, and amenities. Please attach supporting documentation to include an auditor s opinion letter(s) and the Offeror and its Team members most recent audited financial statements. If audited financial statements are not available, please submit unaudited financial statements. (Note: Supportive documentation and financial statements do not count against the page limits.)

Tab 3B: Experience Securing Financing

Summarize the Offeror Team s experience directly securing financing for similar Senior/Disabled affordable and/or supportive housing communities in the last 10 years. Provide brief descriptions of three (3) similar affordable and/or supportive housing communities for which the Offeror s Team has directly secured financing. For each example, include project information, including:

Project name

Location

Description of housing type

Number of units (specify market rate, affordable supportive, etc.)

Total development cost

Specific funding sources secured, and

Role of the Offeror Team member.

5. EVALUATION CRITERIA

Initial Review

Following the RFQ submission deadline, VA will initially review all submissions for completeness and adherence to the requirements and conditions set out in this RFQ. VA reserves the right to reject submissions that are incomplete or fail to adhere to the requirements set forth in this RFQ.

Formal Presentations

Complete and acceptable submissions will be further reviewed and evaluated by VA, ranked in order, and a competitive range established. Offerors whose submissions are found to be within the competitive range may be given the opportunity, at VA s sole discretion, to make a formal presentation to VA and receive questions regarding their response. If a presentation is required, notice will be provided to those Offerors asked to make a presentation and the details regarding that presentation (i.e., length of presentation, etc.) will be provided in the notice.

Selection Process

The Government intends to review all factors for award in making a selection. Selection will be based on an integrated assessment of the factors set forth in Section 9.5 below.

Selection Timeline

VA anticipates selection of a Developer by September 30, 2019.

Evaluation Factors

The responses will be evaluated based on the following five equally weighted factors. Where factors include subfactors, each subfactor will also be equally weighted. The evaluation factors are as follows:

Factor 1: Management Plan

Factor 1 will consist of an assessment of the extent to which the Offeror s overall management plan reflects a clear understanding of the Developer s role and responsibilities. Factor 1 is comprised of the following four equally weighted subfactors:

Subfactor 1A: Team Composition, Structure, and Subcontractor Management Approach

VA will assess the Offeror Team s composition to assess capabilities and skillsets. VA will also assess the extent to which the Offeror s Team has worked together previously on similar projects. The organizational chart will be reviewed to understand the relationships between the different Team members and establish whether clear lines of accountability are in place. The Subcontractor Management Approach should demonstrate the Offeror s ability to manage multiple entities across disparate fields and locations to achieve a common goal.

Subfactor 1B: Key Personnel

VA will review the qualifications of the proposed Key Personnel to assess their ability to successfully complete the Developer s responsibilities and assist VA in developing and implementing the most viable development scenario(s). The Key Personnel roles should be clearly identified, along with each person s relevant experience, skills, expertise, and education.

Subfactor 1C: Understanding of Requirements, Developer Technical Approach and Timeline

VA will review the Offeror Team s understanding of the requirements and Developer technical approach to assess how the Offeror Team proposes to effectively accomplish the project. The response should demonstrate the Offeror Team s understanding of the urgency and complexity of the project, potential risks and challenges, proposed mitigation strategies, and the importance of close communication and collaboration with VA throughout the process.

Subfactor 1D: Community Relations Experience, Strategy, and State/Local Government Support

VA intends to evaluate the Offeror Team s experience with and strategy for managing community relations. Offeror Teams should demonstrate local market knowledge and experience working with the stakeholder community on similar affordable housing efforts.

Subfactor 1E: Small Business Participation and Veteran Hiring

VA will assess the extent to which the Offeror Team s proposed outreach plan will maximize the participation of SDVOSBs, VOSBs, local small business, and other small businesses in all aspects of the evaluation of assets and subsequent development processes. It is also important that the Offeror Team provide a clear and realistic plan to hire Veterans in association with this project.

FACTOR 2: SENIOR/DISABLED AFFORDABLE AND SUPPORTIVE HOUSING DEVELOPMENT AND OPERATIONS QUALIFICATIONS, EXPERIENCE, AND PAST PERFORMANCE

The focus of Factor 2 is on the Offeror Team s affordable and supportive housing development and operations qualifications, experience, and past performance. Factor 3 is comprised of the following equally weighted subfactors:

Subfactor 2A: Senior/Disabled Affordable and Supportive Housing Development Qualifications and Experience

VA will review the extent to which the Offeror s Team has demonstrated expertise and experience developing Senior/Disabled affordable and supportive housing, including experience with adaptive reuse of historic structures and experience working with Federal, state, and local government entities.

Subfactor 2B: Senior/Disabled Affordable and Supportive Housing Development Past Performance

VA will assess the extent to which the Offeror s Team has a proven track record of successfully developing affordable and supportive housing projects, including successful completion of adaptive reuse of historic properties. The projects identified should be of similar size, and scope to the supportive housing to be developed on the Campus.

Subfactor 2C: Senior/Disabled Affordable and Supportive Housing Management and Operations Qualifications and Experience

VA will review the extent to which the Offeror Team has demonstrated expertise and experience managing and operating affordable and supportive housing and experience working with Federal, State, and local government. VA will also evaluate the Offeror Team s track record of working with qualified property management and supportive services providers and their associated qualifications and experience.

Subfactor 2D: Senior/Disabled Affordable and Supportive Housing Management and Operations Past Performance

VA will assess the extent to which the Offeror Team has a proven track record of successfully managing and operating Senior/Disabled affordable and/or supportive housing projects. The projects identified should be of similar size and scope to the supportive housing to be developed on the Campus.

Factor 3: Financial Wherewithal and Experience Securing Financing

Factor 3 consists of an evaluation of the Offeror Team s financial wherewithal and experience securing financing for comparable projects. Factor 4 is comprised of the following equally weighted subfactors:

Subfactor 3A: Financial Wherewithal

VA will assess the financial wherewithal of the Offeror s Team to undertake the development of up to 50 units of Senior/Disabled supportive housing. VA will evaluate whether the response has provided sufficient evidence and documentation, as required by the RFQ, to demonstrate the financial wherewithal and current financial capacity to successfully execute a project of this size, scope and complexity.

Subfactor 3B: Experience Securing Financing

VA will review the Offeror Team s experience securing financing for similar affordable and/or supportive housing communities. The Offeror s Team should demonstrate a proven track record of directly securing traditional and non-traditional affordable housing financing.

6.0 MISCELLANEOUS TERMS AND CONDITIONS APPLICABLE TO THIS RFQ

6.1 Authorizations by Submission of Response

Any and all information provided by an Offeror and its Team members may be used by VA to conduct credit and background checks.

6.2 Teaming Arrangements and Special Purpose Entities

Multiple Offerors may form a joint venture for the purpose of submitting a response to this RFQ. A special purpose entity may also be created for the purpose of submitting a response. VA may require that financial and performance guarantees be provided by these and other Offerors as well as Team members. Potential Offerors who do not have strong experience or skills in all the required areas (e.g., financial structuring, development, property management, operations, supportive services delivery, etc.) may consider submitting responses jointly with entities whose experience can complement their own. (Note: VA will not be involved in facilitating partnering or teaming arrangements.)

6.3 Hold Harmless

By participating in the RFQ process, each Offeror agrees to indemnify and hold harmless VA and the United States Government and each of their respective officers, employees, contractors, and advisors from and against any and all real estate and other brokerage fees or commissions, finder s fees, and other forms of compensation related in any way to activities undertaken by any person as a result of such person s efforts towards and/or participation in this RFQ process or the submission by such person of a response, and liabilities, losses, costs, and expenses (including reasonable attorney s fees and expenses) incurred by any indemnified party (including VA) as a result of, or in connection with, any claim asserted or arising as a result of, or in connection with, this RFQ process.

7.0 INELIGIBILITY

The following persons (including entities) are ineligible to be an Offeror or a Team member of an Offeror or otherwise participate in the project (including as a contractor, subcontractor, or professional): (a) any person that has been debarred or suspended from doing business with VA; (b) neither such Person nor any of its partners, members, or principal stockholders is listed on any non-procurement or reciprocal lists on the most current System for Award Management published by the U.S. General Services Administration at www.sam.gov, as updated from time to time, or any replacement thereof; (c) neither such Person nor any of its partners, members, or principal stockholders is a person who poses a security or safety risk as determined by the Secretary of State, including but not limited to any person who either represents a country, or is a member of or provides political, financial or military support to a group, that is listed in the most current Patterns of Global Terrorism report, issued by the Secretary of State in compliance with 22 U.S.C. § 2656f(a), available from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402 and also available at http://www.state.gov/global/terrorism/annual_reports.html; and (d) neither such Person nor any of its partners, members or principal stockholders is subject to a criminal indictment or information for a felony in any court in the United States.  For purposes of this Solicitation, the term principal stockholder shall mean any person who is a beneficial owner (as defined for purposes of Rule 13d-3 of the Securities and Exchange Act of 1934, as amended and promulgated by the Securities and Exchange Commission) of ten percent (10%) or more of the outstanding stock or other equity of the Offeror.

8.0 ADDITIONAL INFORMATION

8.1 All of the information required to be provided in each response pursuant to Section 8 of this RFQ is important to VA s analysis and evaluation of each response. VA may utilize outside sources in addition to all of the information provided in a response in evaluating each Offeror s submission.

8.2 Neither VA nor any of its contractors, subcontractors, officers, employees, counsel, advisors, or agents, make any representation or warranty, whether express, implied, or created by operation of law, as to the accuracy or completeness of this RFQ or any of its contents or materials referred to therein, and no legal liability with respect thereto is assumed or may be implied.

8.3 VA reserves the right to: (a) make a selection under this RFQ as a result of initial offers submitted; and (b) reject any or all Offers at any time prior to award and cancel this Solicitation. Therefore, all initial offers should comprehensively address each of the requirements set forth herein and contain the Offeror s best terms.

8.4 By submitting a response, each Offeror accepts all the terms and conditions set forth in this RFQ, and any updates, supplements, and amendments thereto. Any conflict (whether actual or perceived) between different parts of this RFQ, as between an Offeror and VA, shall be resolved at the sole and absolute discretion of VA.

8.5 In no event shall VA be liable for any fees, costs, or expenses associated with any of the Offeror s (or their brokers, if any) activities (e.g., preparation, discussions, clarifications, submissions, or negotiations), relating directly or indirectly to this Solicitation. Accordingly, as a condition of submitting its response, each Offeror hereby agrees to indemnify and hold VA harmless for any and all such fees, claims, liabilities, and costs arising in connection with this RFQ and its underlying process.

8.6 Any relationship between VA and an Offeror arising from the Solicitation is subject to the specific limitations, terms, conditions, and representations expressed in this RFQ. Any substantive questions or concerns to include conflicts, apparent conflicts, or any other substantive matters regarding this RFQ which may arise during preparation of an Offeror s response should be addressed, in writing, via the dedicated email address: Jim.Lavery@va.gov

ATTACHMENT A EUL SITE INFORMATION

The following information includes site information for the EUL Site listed in this RFQ.

EUL Site Information

Central Alabama Veterans Health Care System

Department of Veterans Affairs Medical Center

Tuskegee VA Campus

2400 Hospital Road, Tuskegee AL 26083

The Central Alabama Veterans Health Care System (CAVHCS) was established January 1, 1997, from the merger of the Montgomery and Tuskegee VA Medical Centers, which includes community-based outpatient clinics in Dothan, Alabama and Columbus, Georgia. These four CAVHCS sites serve 134,000 veterans in 43 counties in the central and southeastern portions of Alabama and western Georgia. A member of the Atlanta Veterans Integrated Services Network (VISN) #7, CAVHCS mission is to provide excellent services to veterans across the continuum of healthcare. The East (Tuskegee) and West (Montgomery) campuses are approximately 40 miles apart. The historic East Campus is located on 170-acres of land situated in a rural setting adjacent to the historic Tuskegee University and Moton Field, home of the Tuskegee Airmen. The historic West Campus is situated on 52-acres, located in a residential community adjacent to city school property and approximately five miles east of downtown Montgomery. Services include: primary care at all four sites; medical and surgical care; a broad range of mental health programs; geriatrics and extended care, and a homeless domiciliary. Accreditations include the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and the Commission on Accreditation of Rehabilitation Facilities (CARF).

CAVHCS Geriatrics, Extended Care and Rehabilitation Service s continuum of care includes initiatives that encompass the whole person concept. The Dedicated Alzheimer Dementia Unit allows staff to focus on the special needs of patients with dementia. The Wandering Area, a park-like setting complete with a waterfall, allows patients with dementia access to outside activities with their families. Adoption of the Eden Alternative concept has created a home-like environment utilizing plants, pets and familiarization techniques. CAVHCS has been successful in maintaining low rates for pressure sores. The national average is 3.0 percent; CAVHCS maintains a .02 percentage rate.

One-stop access for veterans and their families has been enhanced by the co-location of the VA Regional Office (VARO) building on the southeast corner of the West Campus complex, as well as, VARO staff housed within the Special Examinations Unit (Compensation & Pension [C&P]; Pre-military discharge; Persian Gulf; Agent Orange, etc.). CAVHCS average processing time for C&P examinations is consistently under 30 days and the Tiger Team processes all of its examinations within 10 days.

The Community-Based Outpatient Clinic (CBOC) in Columbus, GA offers both Medical and Mental Health Primary Care. The Outpatient Clinic in Ft. Rucker, AL offers Primary Care (Lab & X-rays) services.

CAVHCS operates a contracted Community-Based Outpatient Clinic (CBOC) in Dothan, AL, which provides Medical Primary Care. Mental Health Primary Care is provided through the CAVHCS staffed Mental Health Clinic in Dothan.

AFFILIATIONS

Morehouse School of Medicine

Alabama State University

Auburn University

Tuskegee University

The proposed project will create up to 50 housing units of supportive housing facility for homeless and at-risk of homeless Veterans, and their families (including Women and their children) with a preference for Veterans.

Background & Description of Senior/Disabled EUL Site

This EUL project consist of the developer s choice of one of the two (either site 2A or 2B) potential development opportunities for up to 50 units of Senior/Disabled affordable supportive housing homeless and near homeless individuals, and their families with a preference for Veterans.

Homeless Housing Site 2A consists of approximately 9.13 acres and Buildings 20-29 and 63 (former quarters buildings). Historic Rehabilitation of these structures may be possible, or they may be beyond repair and require remediation and possible demolition/removal to clear the site in preparation of new construction and associated parking. The new construction design will be critical to preserving the character-defining elements of the historic VA Tuskegee Campus

Homeless Housing Site 2B consists of approximately 2.25 acres and Building 69 that requires remediation and historic rehabilitation and the creation of associated parking, for up to 50 units of at-risk senior/disabled housing for Veterans and their families. Design and construction work is encouraged to follow the Secretary of Interiors Standards for Rehabilitation which guarantees improvements will maintain a buildings character and Integrity.

Nearby Building #10 site consists of approximately .40 acres and can be used as an Administrative/Community Center in conjunction with either Site 2A and/or Site 2B, Senior/Disabled at-risk housing. Building #10 requires Remediation and Historic Rehabilitation. Design and Construction work is encouraged to follow the Secretary of Interiors Standards for Rehabilitation which guarantees improvements will maintain a buildings character and integrity.

Campus Background

See https://www.centralalabama.va.gov/ for information on the VA Tuskegee Campus.

EUL Site Option 2A

OR

Option 2B

The asset(s) to be developed:

SITE Option 2A with approximately (9.13) acres:

Building 20, 4 Story, 15.761 GSF (Former Quarter s) Built 1923

Buildings 21-28, 1 Story, 5576 GSF EACH (Former Quarter s Buildings) Built 1923

Building 29, 1 Story, 5425 GSF, (Former Housekeeping Quarters) Built 1923

Building 63, 4 Story, 3773 GSF, (Former Director s Quarters) Built 1938

Poor Condition

Historic rehabilitation of these buildings may be possible, or they may require remediation, possible demolition and removal to allow for new construction.

SITE Option 2B

Approximately 2.25 Acres Building 69 and associated land for Parking

Building 69, 4 Story, 52,352 GSF, (Former Dorms/Barracks) Built 1945

Requires Remediation and Rehabilitation

Utilities

It is the responsibility of the lessee to pay for all utilities either through separate metering or reimbursement to VA.

Jurisdiction

Concurrent

Attachment A: Tuskegee VA Senior/Disabled Affordable Housing Development Site

Attachment B Information on Site Tours

The site tours will provide Offerors with an opportunity to see the EUL Site, enter existing improvements (if possible), and understand how the EUL Site relates to the rest of the VA campus and community.

Site Visit Information

DEPARTMENT OF VETERANS AFFAIRS VA Central Alabama Health Care System TUSKEGEE ALABAMA MEDICAL CENTER SITE VISIT

Date:  July 23, 2019 at 10:00AM Central Time (registration to start from 9:30 am)

Location: Central Alabama Veterans Health Care System

Tuskegee AL Campus

Building 90 (Auditorium)

2400 Hospital Road, Tuskegee AL 38083

If you are interested in attending the site visit, please email Pamela.Alexander5@va.gov on or before Friday, July 19th with the Subject Line: Enhanced-Use Lease. For direction to the Tuskegee VA Medical Center See: https://www.centralalabama.va.gov/locations/tuskegee.asp

Opportunity closing date
22 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs VA National Energy Business Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?