Oregon Bids > Bid Detail

X1DB - - Lease of Medical Space for VA Community Based Outpatient Clinic (CBOC) in Grants Pass, OR.

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159490909908293
Posted Date: Nov 15, 2023
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/7329edbe1b...
Follow
X1DB - - Lease of Medical Space for VA Community Based Outpatient Clinic (CBOC) in Grants Pass, OR.
Active
Contract Opportunity
Notice ID
36C24W24R0017
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
RPO WEST (36C24W)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 14, 2023 03:56 pm PST
  • Original Response Date: Dec 15, 2023 05:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 30, 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:
    Grants Pass , OR 97526
    USA
Description

The U. S. Department of Veterans Affairs (VA) desires to lease sufficient Rentable Square Footage (RSF), of approximately 22,275 of real property space to yield up to approximately 16,500 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet in Grants Pass, OR for use as a Community Based Outpatient Clinic (CBOC). Space must be contiguous and handicapped accessible, outside 100-year flood plain, and VA prefers space located on the first floor. The Department of Veterans Affairs will consider existing space that complies with all current building, seismic, and ADA code requirements. On-site, dedicated parking for 55 vehicles is required. A total term of up to fifteen (15) years (10 firm and 5 soft term) will be considered.



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 because 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.



Delineated Area: Map depicting the area of consideration is attached



Additional Requirements:




  1. Offered space must be located on no more than two floors; if two floors are offered, they must be contiguous and have at least one ADA compliant elevator.






  1. Bifurcated sites, inclusive of parking, are not permissible.






  1. The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.






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






  1. Offered space cannot be in the FEMA 100-year flood plain. 1-percent-annual-chance floodplain (AKA the 100-year flood plain).






  1. Offered space must be zoned for VA’s intended use or will be zoned by the time of performance.






  1. Offered space will not be considered where apartment space or other living quarters are located within the same building.






  1. Offered space will not be considered if located near heavy industrial areas.






  1. Offered space must be located within proximity of amenities including but not limited to restaurants, hotels, pharmacy, and shopping.






  1. Offered space is preferred to be located within 5 miles or less to a hospital or stand-alone emergency room center and a fire department.






  1. Offered space is preferred to be in proximity (approximately ½ mile) to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.






  1. Offered space must be easily accessible to multiple highways, which provide multiple routes of travel.






  1. Structured parking under the space is not permissible.






  1. 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.






  1. A fully serviced lease may be required.






  1. Offered space must be compatible for VA’s intended use.







Capabilities Statement Will Include:

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



2. We encourage all small businesses and other interested parties to respond for market research purposes.

Evidence of SDVOSB or VOSB status through registration with the Small Business Administration (SBA) at https://dsbs.sba.gov/

3. Evidence of ability to offer 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 up to 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.

Expressions of Interest must be submitted to the Broker Representative by the date specified on Sources Sought Notice and must include the following information:

(1) Building name, address, and location of available space; or address and location, acreage, and zoning of a land site to be developed.

(2) Amount of offered space in Rentable Square Feet (RSF) and ABOA Square Feet (SF).

(3) Building or land ownership information, brokers or legal representatives must show written acknowledgement and permission to represent the property

(4) Amount of parking available on-site.

The Government is limited by law (40 USC 278a, as Amended 10-1-81) to pay no more than the appraised fair rental value for space.





End of Document


Attachments/Links
Contact Information
Contracting Office Address
  • 3230 PEACEKEEPER WAY
  • MCCLELLAN , CA 95652
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 14, 2023 03:56 pm PSTSources 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 >