Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

X -- DEPARTMENT OF VETERANS AFFAIRS (VA) SEEKS OFFERORS TO CONSTRUCT AN OUTPATIENT CLINIC FOR LEASE TO THE GOVERNMENT

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, Real Property Service (00CFM3C);Dept. of Veterans Affairs;811 Vermont Ave., NW;Room 419;Washington, DC 20005
 
ZIP Code
20005
 
Solicitation Number
VA-101-09-RP-0054
 
Response Due
2/18/2009
 
Archive Date
3/20/2009
 
Point of Contact
PUBLIC PROPERTIES, LLCATTN: Joe Callahan<br />
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS (VA) SEEKSOFFERORS TO CONSTRUCT AN OUTPATIENT CLINIC FOR LEASE TO THE GOVERNMENT SOLICITATION FOR OFFERS No. VA-101-09-RP-0054 The United States Government, Department of Veterans Affairs (VA) is seeking to lease approximately 79,958 net usable square feet (NUSF) for use as a VA Outpatient Clinic in Mayaguez, Puerto Rico. The space is preferred to be provided by new construction of a build-to-suit building; however, in lieu of suitable sites, VA will consider alterations to an existing building. NUSF does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. The space is preferred to be on no more than two (2) contiguous floors. The space to be provided must have a floor live load capacity of not less than 100 pounds per square foot unreduced throughout. The selected building must comply with the Interagency Security Committee Security Design Criteria for New Federal Office Buildings and Major Modernization Projects as well as other security guidelines, which will be provided during the solicitation for offers process. The proposed site must include a minimum setback of fifty (50) feet (minimum setbacks for existing buildings may be reduced) and provide a minimum of four hundred (400) parking spaces adjacent to the building. The building and parking area must be fully accessible, meeting all requirements of the Americans with Disabilities Act (ADA) and the Uniform Federal Accessibility Standards (UFAS). If an existing building is to be considered, it must be the equivalent of Leadership in Energy and Environmental Design (LEED) Silver and include components allowing for Energy Star certification. The space must be available for occupancy no later than December 5, 2011. The lease term shall be for up to twenty (20) years. If acreage is submitted, it must accommodate building requirements, parking, setbacks, green space, loading dock and space for an exterior generator. Anticipated acreage for this build-to-suit is 9-13 acres. Any existing building must meet all current federal seismic criteria. DELINEATED AREA: North - PR#2 km 24.8 (intersection with PR-401) in Anasco South - PR#2 km 1.3 (exit to PR-330) in Hormigueros East - From PR#2 extending 1 mile to the east West - From PR#2 extending 1 mile to the west All interested parties should respond to this announcement no later than February 18, 2009, 4:00 PM EST. In order to receive SFO documents, any correspondences, and amendments prior to Initial Offers, please submit your response to Public Properties LLC. Responses shall include: 1. If a development site: address, size, map and/or plat, percentage of site that is developable, owner and contact information, and the asking price. 2. If an existing or proposed building: total BOMA rentable square feet, address, scaled building plans, renderings and site drawings which include parking, owner and contact information, and the asking price. 3. All expressions shall provide evidence that the property is outside the 100-year flood plain. All responses shall be made to the following: PUBLIC PROPERTIES, LLC ATTN: Joe Callahan 509 Seventh Street, NW, Fifth Floor Washington, DC 20004 Direct Line: 202-654-7020 FAX: 202-654-7030 E-Mail: jcallahan@ppwashdc.com Respondents are advised that VA assumes no responsibility to award a lease based upon responses to this announcement and that the government will pay no more than the appraised fair market rental value for space.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93012dac99874b33fcfd8c7df28a05cf&tab=core&_cview=1)
 
Place of Performance
Address: Mayaguez, PR<br />
Zip Code: 00000<br />
 
Record
SN01741177-W 20090201/090130215902-93012dac99874b33fcfd8c7df28a05cf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.