Ohio Bids > Bid Detail

Wilmington VA Clinic Sources Sought

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159169926116350
Posted Date: Mar 22, 2023
Due Date: Mar 28, 2023
Solicitation No: 36C25023R0010
Source: https://sam.gov/opp/41d07b9f12...
Follow
Wilmington VA Clinic Sources Sought
Active
Contract Opportunity
Notice ID
36C25023R0010
Related Notice
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: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 22, 2023 09:04 am EDT
  • Original Published Date: Mar 15, 2023 01:09 pm EDT
  • Updated Response Date: Mar 28, 2023 11:00 am EDT
  • Original Response Date: Mar 24, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • 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:
    Wilmington , OH
    USA
Description

SOURCES SOUGHT NOTICE: 36C25023R0010





The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interests for 5,760 American National Standards Institute/Building Owners & Managers Association (ANSI/ABOA) Square Feet of Existing Space in Wilmington, Ohio.





Notice: This advertisement is a notice of a potential opportunity. This advertisement IS NOT A SOLICITATION, nor is it a request for lease proposals. The purpose of this advertisement is to identify potential sources as well as suitable locations and is not intended to requalify 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 the contents of the furnished information within this advertisement; GOVERNMENT IS UNDER NO OBLIGATION TO RESPOND TO AND IS UNABLE TO ANSWER ANY INQUIRIES REGARDING THIS ADVERTISEMENT. The NAICS code is 531120 Lessors of Nonresidential Buildings and the small business size standard is $47.0 million.



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 Department of Veterans Affairs.



Respondents are advised that the Government assumes NO responsibility to award a lease based upon responses to this advertisement.



**ONLY ELECTRONIC SUBMISSIONS OF INTEREST ARE TO BE PROVIDED**



Description: The Department of Veterans Affairs seeks to lease approximately 5,760 ABOA SF and 34 parking spaces (Including 2 ABA accessible spaces and 1 ABA Van accessible space) for use by the VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below within the Wilmington, Ohio area. The maximum rentable square feet (RSF) 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/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 (RLP be issued for this project.



Lease Term: Up to 20 years







Delineated Area:



North: Hwy 73



South: McCoy Rd to Jenkins Rd to Farmers Rd to OH-134 to Ireland Rd to Cuba Rd to E. Dalton Rd to US Route 68 to W. Dalton Rd to Mcguinn Rd



East: OH-73 to McCoy Rd



West: Mcguinn Rd to Mitchell Rd back to Hwy 73











Additional Requirements for Submissions:



In addition, the offered space must meet the following additional requirements:




  1. Space will not be considered where any living quarters are located within the building

  2. Offered space CANNOT be located in a FEMA 100-year floodplain.

  3. Column’s size cannot exceed two feet square and space between columns and/or walls cannot be less than 20 feet.

  4. The offered space must meet or be capable of meeting Government Outpatient Clinic requirements for Security, Fire Life, Safety and Handicap Accessible.

  5. If the offered space is above ground level, at a minimum two (2) accessible elevators will be required.

  6. Fully serviced lease is required.

  7. Government will have access to space 24 hours a day, 7 days a week. Normal hours of operation are Monday – Friday 7:00 am to 5:30 pm excluding Saturday and Sunday and federal holidays.

  8. Offered Space must be compatible for VA’s intended use.

  9. Structured parking under the space is not permissible.

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

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

  12. 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.





All submissions must include the following information:



(1) Name and address of current property owner.



(2) Address or described location of building.



(3) Location on map, demonstrating the building lies within the Delineated Area.



(4) Description of ingress/egress to the building from a public right-of-way.



(5) A statement as to whether the building lies within the Delineated Area.



(6) Description of the uses of adjacent properties.



(7) FEMA map of location evidencing floodplain status.



(8) A narrative and map describing proximity of the building to the nearest fire department, hospital or stand-alone emergency room center, bus and/or train stop, and major transportation routes, and/or shuttle bus availability.



(9) A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.



(10) Site plan depicting the property boundaries, building, and parking.



(11) Floor Plan, Parking Plan and ABOA/RSF/NUSF, of proposed space.



(12) 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 $47.0 million, please read the below attachment, entitled, “VOSB or SDVOSB Status”. You are invited, but not required to submit a Capabilities Statement.



(13) A document indicating the type of zoning.



(14) A description of any changes to the property necessary to be compatible with VA’s intended use.



(15) Building owners shall provide evidence of ownership. Non-owners (e.g., prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by property owner to submit the building to VA for development.



(16) Any information related to title issues, easements, and restrictions on the use of the building.



(17) A statement indicating the current availability of utilities serving the proposed space or property.



Market Survey (Estimated): April 2023



All interested parties must respond to this advertisement no later than



March 24, 2023 11:00 AM LOCAL TIME



Please submit your response (electronic) to:



James Mangus – Contracting Officer/Lease Contracting Officer



James.mangus@va.gov





Mitch Chapman – Branch Chief Leasing/Specialized Team 2



Mitch.chapman@va.gov





Gary Durham – Lease Specialist



Gary.durham@va.gov


Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023R0010 0001.pdf (opens in new window)
79 KB
Public
Mar 22, 2023
file uploads

Contact Information
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 >