Ohio Bids > Bid Detail

X1DB--Full and Open -Imaging & Infusion Center Lease Procurement FY22

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159333066585999
Posted Date: Dec 7, 2022
Due Date: Aug 30, 2022
Solicitation No: 36C25022R0218
Source: https://sam.gov/opp/af16eecbba...
Follow
X1DB--Full and Open -Imaging & Infusion Center Lease Procurement FY22
Active
Contract Opportunity
Notice ID
36C25022R0218
Related Notice
36C25022R0218
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 07, 2022 12:22 pm EST
  • Original Published Date: Aug 08, 2022 02:50 pm EDT
  • Updated Date Offers Due: Aug 30, 2022 03:00 pm EDT
  • Original Date Offers Due: Aug 30, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 07, 2022
  • Original Inactive Date: Dec 07, 2022
  • Initiative:
    • None
Classification View Changes
  • 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:
    Akron , OH
    USA
Description View Changes

As of December 7, 2022: RLP 36C25022R0218 is AMENDED as to the following:



(1) VA issues an amended Exhibit J- 36C25022R0218 FSL Level II Requirements and Price List; (SEE Page 5):

(2) VA issues an amended Exhibit F -36C25022R0218 GSA 3517B General Clauses; a copy of which

is posted to SAM.gov.

(3) RLP 36C25022R0218-Section 1.06 is amended as follows: As to the number of pages applicable to (Exhibit F) the GSA

Form 3517B, General Clauses, the original recital to "17" is amended to recite "21" pages;



(4) VA's response to Requests for Information under RLP 36C25022R0218.





***BREAK***



36C25022R0218 RFI responses posted on August 29, 2022.



***BREAK***



36C25022R0218 RFI responses posted August 19, 2022.



***BREAK***



36C25022R0218 RFI responses posted August 11, 2022.



***BREAK***



RLP 36C25022R0218 is AMENDED as to the following:



RLP 36C25022R0218- Section 4.07 - Factor 6- Submission Instructions: Items (iii) and (iv) have been deleted from RLP 36C25022R0218.



***BREAK***



RLP 36C25022R0218 is released under a FULL AND OPEN competition posting. Government POC: Contract Specialist Brian Walton; Brian.Walton@va.gov; 216-447-8300 x49519 Description: The VA seeks to lease approximately 19,500 ABOA square feet (SF) of medical office space and 150 surface/outside parking spaces, six (6) of which must be handicap accessible; one (1) of which must be handicap van accessible; all of which are reserved for the exclusive use of the Government, in the delineated area explained below within the Akron, Ohio area. VA will consider space located in an existing building as well as new construction or a building 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. 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.  A detailed definition will be provided by VA, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Not to exceed 20 years. AREA OF CONSIDERATION The Government requests Space in an area bounded as follows: North: State Route 261; State Route 91; and East Howe Road. East: Mogadore Road; Tallmadge Road; Martin Road; Mogadore Road; Route 532; South East Avenue; State Route 76; Tallmadge Road; and Mogadore Road. South: State Route 224. West: Interstate 77; State Route 8. Buildings that have frontage on the boundary streets are deemed to be within the delineated Area of Consideration. Additional Requirements: The offered Building and/or Property must have the following features as a minimum requirement: (1) Building must be a single floor; (2) Bifurcated sites, inclusive of parking, are not permissible; (3) 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; (4) Offered space must be zoned for VA s intended use; (5) 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, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths; (6) Space will not be considered where apartment space or other living quarters are located within the same building; (7) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping; (8) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department; (9) 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; (10) Offered space must be easily accessible to multiple highways which provide multiple routes of travel; (11) Loading dock and freight elevator required; (12) Parking lot must be able to accommodate deliveries by trucks with trailers; (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 formal request for proposals (pending issuance); (15) A fully serviced lease is required; (16) Offered space must be compatible for VA s intended use; (17) Space must not have any environmental issues or hazards; (18) Must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.


Attachments/Links
Attachments
Document File Size Access Updated Date
Exhibit F -36C25022R0218 GSA 3517B General Clauses (Amended 12.7.2022).pdf (opens in new window)
274 KB
Public
Dec 07, 2022
Exhibit J- 36C25022R0218 FSL Level II Requirements and Price List (Amended 12.7.2022).pdf (opens in new window)
354 KB
Public
Dec 07, 2022
36C25022R0218 0005.pdf (opens in new window)
400 KB
Public
Dec 07, 2022
36C25022R0218- RFI Responses 08.29.2022.pdf (opens in new window)
254 KB
Public
Aug 29, 2022
36C25022R0218- RFI Responses 08.19.2022.pdf (opens in new window)
159 KB
Public
Aug 19, 2022
36C25022R0218- RFI Responses 08.11.22.pdf (opens in new window)
127 KB
Public
Aug 11, 2022
36C25022R0218 (Amended 08.09.2022).pdf (opens in new window)
670 KB
Public
Aug 10, 2022
36C25022R0218.zip (opens in new window)
8 MB
Public
Aug 08, 2022
file uploads

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 >