United States - X--Community Resource and Referal Center (CRRC)

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
31 July 2019
Opportunity publication date
04 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 03, 2019 4:27 pm
Modified: Jul 03, 2019 5:19 pmTrack Changes

Houston, Texas

This is a modification: The dates listed in the previous sources sought notice were incorrect.

In the notice the ending response date was listed as July 13, 2019. The ending response due date is July 31, 2019.

The U.S. Department of Veterans Affairs Seeks Expressions of Interest for

up to 10,499 ANSI-BOMA Office Area (ABOA) Square Feet of Space for a Community Resource and Referral Center (CRRC) in the downtown/midtown districts of Houston, Texas.

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: Gary Baker, Contracting Officer (Gary.Baker3@va.gov), United States Department of Veterans Affairs (VA), Network Contracting Office 16, SAO Central, 1515 Poydras, Suite 1100, New Orleans, LA 70112

Description: VA seeks to lease approximately up to 10,499 ABOA Square Feet of space and up to eighty (80) parking spaces for use by VA as an CRRC in the delineated area detailed below within Houston, TX. The Government requires that a minimum of 40 commercially available, general use surface parking spaces for employees and visitors, which must either be located on-site or within ¼ mile of the offered building, as determined by the LCO.

Lease Term: Up to 10 years.

Delineated Area: To receive consideration, submitted properties must be zoned for the proposed use and be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines:

North boundary: I-10;

South boundary: Alabama Street from Bagby Street to US Highway 59;

East boundary: US Highway 59;

West boundary: I-45 from I-10 to Smith Street, continuing southerly along Smith Street to Bagby Street to Alabama Street.

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

Additional Requirements:

(1) Offered space must be located on the ground floor and accessible by the public from the sidewalk (storefront access).

(2) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet.

(3) Offered space cannot be in the FEMA 100-year flood plain.

(4) Offered space must be zoned for VA s intended use.

(5) Offered space may not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths.

(6) Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.

(7) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals.

(8) A fully serviced lease may be required.

(9) Offered space must be compatible for VA s intended use.

All submissions should include the following information:

Name of current owner;

Address of building or land;

Location on map, demonstrating the building or land lies within the Delineated Area;

FEMA map evidencing floodplain status;

A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes, and

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; and

(8) Floor plan and ABOA SF and rentable square footage of proposed space;

(9) If you are qualified as a small business, Veteran Owned Small Business (VOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $38.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.;

(10) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space;

(11) A description of any changes to the property necessary to be compatible with VA s intended use;

All interested parties shall respond to this announcement no later than July 31, 2019 by 4:00 p.m. Central Daylight Time, to:

Carpenter/Robbins Commercial Real Estate, Inc.

2000 Crow Canyon Place, Suite 130

San Ramon, CA 94583

Timothy J. Pavek

Direct Phone: (925) 790-2134

Main Phone: (925) 866-1300

Email: tpavek@crcre.com

Market Survey (Estimated): Summer 2019

Occupancy (Estimated): As soon as practical 2019Q4 or 2020Q1 if possible

Attachment - Small Business, VOSB or SDVOSB Status

The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist VA s 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:

X (h) Between $5,000,000 and $10,000,000;

VA makes monthly lease 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70.

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, on a VA pre-approved site for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/.

SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at 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 Will Include:

1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address;

2. Evidence of SDVOSB or VOSB status through registration at VIP (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 your company s bonding capacity to meet a bid bond of $100,000.00, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and

6. Evidence of capability to obtain financing for a project of this size.

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

Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes.

CAPABILITIES STATEMENT

SUBMISSION CHECKLIST AND INFORMATION SHEET

Texarkana, Texas Community Based Outpatient Clinic

Company name:

Company address:

Dunn & 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 nusf). (3-page limit);

Evidence of the company s bonding capacity to meet a bid bond of $100,000.00, and payment and performance bonds in the range above from surety; 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)

Opportunity closing date
31 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical 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?