West Virginia Bids > Bid Detail

X1AZ--Princeton CBOC Lease

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159172466665178
Posted Date: May 10, 2023
Due Date: May 24, 2023
Solicitation No: 36C24523Q0615
Source: https://sam.gov/opp/1bfb57ddd9...
Follow
X1AZ--Princeton CBOC Lease
Active
Contract Opportunity
Notice ID
36C24523Q0615
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 10, 2023 03:24 pm EDT
  • Original Response Date: May 24, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AZ - LEASE/RENTAL OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Department of Veterans Affairs Network Contracting Office 5 (NCO 5) 90C Martinsburg, WV , WV 25405
    USA
Description
SOURCES SOUGHT NOTICE 36C24523Q0615

The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 7,950 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Office Space in Princeton, WV

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 obligation to respond to and is unable to answer any inquiries regarding this advertisement.

The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources that are classified and registered in www.vip.vetbiz.gov as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the VA.

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 05 510 Butler Avenue, Building 306A, Martinsburg, WV, 25405

Description: The VA seeks to lease approximately 7,950 ABOA (NUSF) square feet (SF) of office space and 47 parking spaces for use by the VA as a Readjustment Counseling Service Center in the delineated area explained below within the Princeton, WV area. VA will consider space located in an existing building as well as new construction or abuilding being constructed for multi-tenant use and not specifically a build-to-suit for VA use only. A build-to-suit MAY be considered. Space Offered that may disrupt or interfere with current VA use or VA Patient Services may not be considered.
Lease Term: Not to exceed 10 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:

North: Intersection of Route 19 and Interstate 77
East: Intersection of Interstate 77 and Route 460
South: Route 52 to Route 460
West: Intersection of 52 and 123 near Bluefield, WV and return to Interstate 77

See the below delineated area map for further clarification of the boundaries of the delineated area.

Additional Requirements: (1) A contiguous first floor space is preferred but a contiguous single floor space may be considered. (2) Bifurcated sites, exclusive of parking, are not permissible; (3) It is preferred that column size not exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet; (4) Offered space cannot be in the FEMA 100-year flood plain; (5) Offered space must be zoned for the VA s intended use; (6) 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; (7) Offered space may not be considered if located in close proximity to residential or industrial areas; (8) Space may not be considered where apartment space or other living quarters are located within the same building; (9) It is preferred that offered space be located in close proximity to a hospital or stand-alone emergency room center and a fire department; (10) It is preferred that offered space be located in close proximity to public transportation; (11) 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; (12) A fully serviced lease is required.

All submissions should include the following information: (1) Name of current owner; (2) Address or described location of building; (3) Location on map demonstrating the building lies within the Delineated Area; (4) Description of the uses of adjacent properties; (5) A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; (6) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; (7) Site plan depicting the property boundaries, building, and parking; (8) Floor plan, ABOA, and RSF of proposed space; (9) 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; (10) A document indicating the type of zoning; (11) A description of any changes to the property necessary to be compatible with VA s intended use;
(12) A statement indicating the current availability of utilities serving the proposed space or property.
All interested parties must respond to this advertisement no later than May 24, 2023, at 12 p.m. Local Time.
E-mail responses to: christopher.tate2@va.gov
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 the Leasing Contracting Officer (LCO) in determining if the acquisition should be set-aside for competition and restricted to 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 is not a request for proposals. 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 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 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 are 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, 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) and; (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.

CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET

Princeton, WV - 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
  • May 10, 2023 03:24 pm 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 >