Ohio Bids > Bid Detail

X1DB--Zanesville VA Clinic New/Replacing Lease

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159049796840505
Posted Date: Apr 7, 2023
Due Date: Apr 14, 2023
Solicitation No: 36C25023R0064
Source: https://sam.gov/opp/1d7ad068ff...
Follow
X1DB--Zanesville VA Clinic New/Replacing Lease
Active
Contract Opportunity
Notice ID
36C25023R0064
Related Notice
36C25023R0064
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 07, 2023 02:08 pm EDT
  • Original Published Date: Jan 27, 2023 02:36 pm EST
  • Updated Date Offers Due: Apr 14, 2023 03:00 pm EDT
  • Original Date Offers Due: Feb 24, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 29, 2023
  • Original Inactive Date: Mar 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Zanesville , OH
    USA
Description View Changes

***AMENDMENT 0004 - POSTED 4/07/2023***



1) To provide further clarification of RLP 36C25023R0064 - Section 3.02 (1), entitled "RECEIPT OF LEASE PROPOSALS (OCT 2021)".



2) To re-open the VA's acceptance of offers for a period of 5 business days.



PLEASE SEE THE ATTACHED AMENDMENT 0004 FOR A COMPLETE DESCRIPTION OF THESE ITEMS





***AMENDMENT 0003 - POSTED 2/22/2023***



Clarification to question 16.



16. There appears to be no program for design outlining the specific spaces required for this clinic.

Will a program be required? Yes; See Exhibit S



There is no Exhibit U for this RLP





***AMENDMENT 0002 - POSTED 2/21/2023 ***



The purpose of Amendment 0002 is as follows:



1) Answer Questions submitted from interested Parties via Amendment 0001



2) Amend RLP 36C25023R0064 incorporating the questions and answers to Amendment 0001



3) Change proposal submission date and time from 2/24/2023 11:00 am Eastern Time to 3/3/2023 11:00 am Eastern Time



36C25023R0064 Amendment 0002

Answers to questions received from Amendment 0001

1. Will a loading dock or loading zone be required? If so, can you verify the truck size that will be

serving this facility? Loading dock not required. Loading zone is required

2. Please confirm VA will accept a build‐to‐suit new construction option? RLP 4.05 Factor 1 Facility,

Submission Instructions: Offerors must indicate offered space is an existing building, new

construction not specifically built for VA’s use/multi‐tenant building or build to suit for VA use

only.

3. Please clarify whether both LEED‐ID+C scorecard (Section 3.06 T) and/or Green Globes

certification will be required? The offeror must provide a LEED‐ID+C scorecard documenting the

proposed credits meet LEED certification (at the minimum certified level). Along with the

proposed LEED‐ID+C scorecard, the offeror shall submit a brief statement outlining how each of

the credits proposed on the scorecard or checklist will be achieved. In addition the offeror must

identify the USGBC LEED accredited professionals (APs) as team members, including their roles

throughout the project.

4. Since the requirements in the RLP document (under technical submission) ask for much of the

same information as the SF 330, is the SF 330 still required as part of the submission package or

can it be omitted? Yes, SF330 is still required as part of the submission package

5. Reference RLP section 3.03, 3.07 and 4.05. Per sections 3.03 and section 3.07 please confirm

that a TICs form is not required with the initial offer? TICs is required for initial submission

6. Reference RFP 3.06 AC, RLP section 3.06 AC requires a construction schedule. Please provide a

projected lease award date? Project award date is no later than 9/30/2023

7. Reference exhibit D FSL II requirements sections C and D for reference a loading dock and

emergency generator, these are not referenced in Exhibit T. Please confirm that and emergency

generator is nor required, please confirm a recessed loading dock is not required? Loading dock

is not required. NO backup generator should be included

8. Reference Exhibit T section 3.5.1 per section 3.5.1, please confirm all interior and exterior

signage are TI costs? Interior signage is TI

9. Reference exhibit T section 3.15.1. Is a full patient drive under drop‐off canopy required or are

only canopies above the entrances required? Are the size requirements for either a drive under

or standard covered building entrance? The requirement stated in Exhibit T is for canopies over

the patient entrance.

10. RLP section 3.10 and 3.06 S and 3.06 T references LEED requirements. For new construction

please confirm that only section 3.06 S is applicable and section 3.06 T would not be applicable.

Would Green Globes for NC be considered as an alternate to achieving LEED‐NC? Only the LEED

is referenced in the RLP. There is no mention of the green globes in the RLP. Sections 3.06S.

3.06T and 3.10 would be applicable.

11. Reference RLP section 3.17 – Flagpole. Does the lessor need to provide the POW flag in addition

to the United States of America Flag? No

12. The RLP or exhibit T do not specifically address deliveries or requirements for truck sizes. Are

there requirements for a separate delivery area designated for the anticipated size of the

delivery trucks (box trucks, full size semi trailer, etc)? Anticipated size of delivery trucks is a

standard box truck.

13. The bridging document representing the floor plan appears to have been completed within and

existing building. There appears to be significant amount of vacant space to one side of the plan.

Is this additional square footage required to be included within the new tenant space? No; this

was provided for conceptual purposes and it is expected that an entirely new layout will be

submitted by the offeror.

14. The attached exhibit S asks us to provide routine cleaning rates but the section in the lease

exhibit references for those routine cleaning standards is missing from the lease. Will these

documents be provided? Exhibit S changed to Program for Design

15. The agency specific requirements (ASR) seems to include only generalities referencing generic

VA programmatic requirements. Are there any unique needs required for the Zanesville Clinic

operations? See section, “Special Requirements by Functional Area” of the ASR, exhibit T as well

as the added exhibit U Program for Design.

16. There appears to be no program for design outlining the specific spaces required for this clinic.

Will a program be required? Yes; See Exhibit S

17. Section 4.05, Factor 3 Submissions Instructions states “the offer shall submit an operations and

management plan as described in exhibit R, however exhibit R seems unrelated to operations

and maintenance planning. Can you please provide clarifications as to which exhibit this is in

reference to? Lessors operation and management plan submittal requirements, Exhibit Q





*** AMENDMENT 0001 - POSTED 02/01/2023 ***





The purpose of 36C25023R0064 Amendment 0001 is as follows:



Notify all interested parties that questions regarding RLP 36C25023R0064 SHALL be submitted no later than 11:00 AM Eastern Time February 10, 2023.



Upon receipt of all questions, the questions will be combined and answered. An amendment to RLP 36C25023R0064 will be posted to SAM.gov with answers to the questions submitted.





Questions SHALL be submitted to the following via email:



Cynthia Tortolano - cynthia.tortolano@va.gov



James Mangus - james.mangus@va.gov



Gary Durham - gary.durham@va.gov



Mitch Chapman - mitch.chapman@va.gov





ONLY QUESTIONS SUBMITTED VIA EMAIL WILL BE CONSIDERED



-----------------------------------------------------------------------------------------------------------------------



The Department of Veterans Affairs seeks to lease approximately 19,148 ABOA SF and 100 parking space (16 of which SHALL be handicap) for use by the VA as VA Clinic in the delineated area explained below within the Zanesville, Ohio area. The maximum rentable square feet is to be determined. VA will consider space located in an existing building as well as new construction or a building being constructed for multi-tenant use. 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.



ABOA is generally defined as the space remaining once common areas, lessor areas and non-programmatic areas required by code are deducted from the rentable square feet of the facility. ABOA does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code.



VA will provide detailed definitions, should a request for lease proposal be issued for this project.



Lease Term: Not to exceed 20 years



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



North: Fairview Road



South: I-70



East: Maple Ave., Dresden Road



West: Northpointe Drive, Newark Road, Old Newark Road



Additional Requirements for Submissions:




  1. Offered space must be located on first floor

  2. Bifurcated sites, inclusive of parking are not permissible

  3. The following space configurations will not be considered: Space with atriums, 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

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

  5. Offered space CANNOT be located in FEMA 100-year flood plain

  6. Offered space must be zoned for VA’s intended use by the time initial offers are due

  7. Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: liquor establishments, dispensaries, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks or within flight paths as determined by the LCO

  8. Offered space will not be considered if located in close proximity to residential or industrial areas as determined by the LCO

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

  10. Offered space must be easily accessible to multiple highways which provide multiple routes of travel as determined by the LCO

  11. It is preferred that offered space be located in close proximity to a hospital or stand-alone emergency room center and a fire department as determined by the LCO

  12. It is preferred that offered space be located in close proximity to public transportation as determined by the LCO

  13. Structured parking under the space is not permissible

  14. Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic and sustainability standards per the terms of the request for lease proposal (if this notice results in a request for lease proposal)

  15. A fully serviced lease is required

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

  17. Water, sewer and Fire Protection must be furnished by Zanesville Municipality


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >