Ohio Bids > Bid Detail

Cincinnati VA Eye Care Clinic, Cincinnati, OH - New/Replacing Lease

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159561057673708
Posted Date: Feb 7, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/784556428b...
Follow
Cincinnati VA Eye Care Clinic, Cincinnati, OH - New/Replacing Lease
Active
Contract Opportunity
Notice ID
36C25024R0005
Related Notice
36C25024R0005
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?

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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2024 12:06 pm EST
  • Original Published Date: Jan 24, 2024 03:32 pm EST
  • Updated Date Offers Due: Feb 26, 2024 11:00 am EST
  • Original Date Offers Due: Feb 26, 2024 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 12, 2024
  • 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:
    Cincinnati , OH
    USA
Description

AMENDMENT 0001 - 02/02/2024



The purpose of 36C25024R0005 Amendment 0001 is to amend Section 1.02 (F.) as follows:



The lease term shall be up to 20 years, inclusive of all soft terms. The offeror SHALL submit price proposals for each of the following scenarios:



Alternative A) 10-year term, 5-year firm, with one 5-year soft term



Alternative B) 10-year firm term



Alternative C) 15-year term, 10-year firm, with one 5-year soft term



Alternative D) 20-year term, 15-year firm, with one 5-year soft term



The LCO reserves the right to award a lease based on any of the alternate lease terms listed above and may select the number of soft terms in the best interest of the Government. For instance, the LCO could elect to award a 10-year term, 5-year firm, with one 5-year soft term, 10-year firm term; 15-year term, 10-year firm, with one 5-year soft term, or 20-year term, 15-year firm, with one 5-year soft term. All the terms and conditions contained herein shall prevail throughout the term of the lease including all soft terms. The offeror is advised that they SHALL SUBMIT PRICING FOR ALL ALTERNATES LISTED ABOVE TO BE CONSIDERED RESPONSIVE. An offeror submitting a different or fewer pricing alternates may be rejected as nonresponsive by the LCO.



------------------------------------END OF AMENDMENT----------------------



DESCRIPTION



The Department of Veterans Affairs seeks to lease approximately 25,942 Rentable Square Feet (RSF) Not to Exceed 18,301 of American National Standards Insititute/Building Owners and Mangers Association (ANSI/BOMA) Occupant Areas (ABOA) square feet (SF), inclusive of 110 parking spaces (Including 17 ADA compliant spaces) for use by the VA as a Eye Clinic in the delineated area explained below within the Cincinnati, Ohio area.



VA will ONLY consider space located in an existing building.



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.



AREA OF CONSIDERATION (DELINEATED AREA)



North: Erkenbrecher Ave., Burnet Ave., Kasota St., Harvey Ave., Ridgeway Ave.



South: Elsinore Place, Reading Rd., E. Liberty St.



East: Reading Rd., William Howard Taft Rd, Gilbert Ave.



West: Sycamore Ave., Auburn Ave., Euclid Ave., Martin Luther King Dr E., Vine St.



UNIQUE REQUIREMENTS



The offered Building and/or Property must have the following features as a minimum requirement:



(1) A contiguous first floor space is required



(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 not 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 residential or industrial areas;



(7) Space may not be considered where apartment space or other living quarters are located within the same building;



(8) It is preferred that offered space be located in close proximity to a hospital or stand-alone emergency room center and a fire department;



(9) It is preferred that offered space be located in close proximity to public transportation;



(10) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, and sustainability standards per the terms of the solicitation for offers or request for proposals;



(11) A fully serviced lease is required.



(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.



(13) Only existing space shall be considered. Vacant land will not be considered.


Attachments/Links
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 >