Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
DOCUMENT

X -- Modification of The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 22,910 Net Usable Sq Ft Community Based Outpatient Clinic (CBOC) Space Located in Johnson County, Kansas - Attachment

Notice Date
4/1/2015
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I Street, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10115N0098
 
Response Due
4/9/2015
 
Archive Date
7/8/2015
 
Point of Contact
Savills-Studley Commercial Real Estate
 
E-Mail Address
Rayfield-
 
Small Business Set-Aside
N/A
 
Description
Johnson County, Kansas The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 22,910 Net Usable Square Feet of Community Based Outpatient Clinic (CBOC) Space in Johnson County, Kansas Notice: This is not a solicitation for offers, nor is it a request for proposals. The Government will not pay for any costs incurred as a result of this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Office of Facilities Acquisition, (003C4), 425 "Eye" Street, NW, Washington, DC 20001 Description: VA seeks to lease approximately 22,910 net usable square feet (NUSF) (or approximately 27,492 rentable square feet) of space and 155 parking spaces for use by VA as a CBOC in Johnson County, Kansas. VA will consider space located in an existing building as well as land for new construction. NUSF is generally defined as the space remaining once common areas, lessor areas, and areas required by code are deducted from the rentable square feet of the facility. NUSF 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. Existing Space: Space in an existing building must be located on one floor. The building must be able to comply with Americans with Disabilities Act and meet security requirements as set forth in the Interagency Security Committee Standards and Best Practices (http://www.dhs.gov/interagency-security-committee-standards-and-best-practices) and be able to comply with recommendations established for Federal facilities by the Department of Justice, Vulnerability Assessment, dated June 28, 1995 (https://www.ncjrs.gov/pdffiles1/Digitization/156412NCJRS.pdf). Land: New construction requires a minimum of 3.5 acres of developable land. Complying with all local laws, rules and regulations, the land must be sufficient size and proportions to accommodate the required space on a single floor as well as provide sufficient security setbacks. The land must also accommodate the parking requirement as surface parking. Parking Requirements: On-site parking must 1) be dedicated for the exclusive use of VA; 2) be fully compliant with local laws, rules and regulations; and 3) total no fewer than 155 spaces. Parking spaces shall be handicapped designated in accordance with local code. All spaces shall be sized in accordance with design standards as described in the VA Lease Based Outpatient Clinic Design Guide (available at http://www.cfm.va.gov/til/dGuide.asp). The parking area must meet all requirements of Architectural Barriers Act Accessibility Standards (ABAAS) (available at http://www.gsa.gov). Delineated Area: To receive consideration, submitted properties must be located within the delineated area, which is bound by the following roads or must front on any of the following roads: North: From the intersection of KS-7 and Shawnee Mission Parkway east on Shawnee Mission Parkway to the intersection of Shawnee Mission Parkway and Interstate 35. East: From the intersection of Shawnee Mission Parkway and Interstate 35 south on Interstate 35 to the intersection of Interstate 35 and KS-10. South: From the intersection of Interstate 35 and KS-10, west on KS-10 to the intersection of KS-10 and KS-7. West: From the intersection of KS-10 and KS-7, north on KS-7 to the intersection of KS-7 and Shawnee Mission Parkway. The attached map of the delineated is provided for further clarification of the boundaries of the delineated area. Properties within 1/8 linear mile outside of the boundaries will be considered to be within the delineated area. Lease Term: Up to 20 years. Submission Requirements: Properties must be identified in accordance with the following four categories: 1. Existing Building; or 2. Land to be fully developed and space constructed by the submitting party in accordance with VA requirements ("One-step"); or 3. Land to be optioned by VA for development and construction by a party to be selected by VA through a competitive process("Two-step"); or 4. A clearly stated combination of any of the above. Please provide the following basic information and descriptions pertaining to the building or site you propose for consideration by VA. VA assessment of your building or land depends on the information you provide. VA reserves the right to eliminate a property that fails to comply with the requirements herein. All submissions should include the following information: (1)Name of owner; (2)Address or described location of building or land; (3)Location on map, demonstrating the building or land lies within the delineated area; (4)Description of ingress/egress to the building or land; (5)A statement as to whether the building or land is currently zoned for medical and medical office use; (6)Description of the uses of adjacent property; (7)FEMA map evidencing that the property lies outside the 100-year floodplain; (8)A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes, and (9)Evidence of ownership, if building/site submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting a building or land must provide evidence of authority granted by property owner to submit the property to VA for development. (10)Any information related to title issues, easements, or restrictions on the use of the building or land; and (11)A description of any planned land development or construction which will affect the site, including neighboring projects and road or utility line construction. For land, provide the following additional information: (1)Size of parcel, amount (or range) of developable acreage offered, and an indication of how the site addresses the requirements described in this advertisement; (2)Site plan, boundary and topographic surveys, and plot map of the site indicating the location of the parcel offered; and (3)Map or site plan showing location of utilities, easements, adjacent roads, and any information regarding issues that may affect the potential development of the parcel. For existing buildings, provide the following information: (1)Age of building; (2)Total existing gross square feet, and gross square feet per floor; (3)Site plan depicting the building and parking; (4)Floor plan and gross square footage of proposed space; and (5)Identification of on-site parking to be dedicated for VA's use. Market Survey: VA will conduct a market survey to evaluate all properties submitted in response to this requirement that meet VA's minimum criteria. The Contracting Officer will make an initial evaluation to determine if the offered buildings/sites meet VA's criteria as listed within this advertisement. If the site meets VA's criteria, the market survey team will evaluate properties as follows: 1. Existing Buildings will be scored as Pass or Fail in accordance with VA market survey criteria. 2. One-step land will be scored as Pass or Fail in accordance with VA market survey criteria. 3. Two-step land will be scored and each site ranked in accordance with VA market survey criteria. All interested parties must respond to this announcement via email to all of the VA representatives no later than April 9, 2015 at 4:00 p.m. EST. In order to receive a Solicitation for Offers, and correspondence prior to the submission of offers, please submit your property information via email to with the subject line: "Expression of Interest for Johnson County, Kansas VA CBOC." Julie K. Rayfield Savills Studley, Inc. jrayfield@savills-studley.com Tim Mazzucca Savills Studley, Inc. tmazzucca@savils-studley.com Tammiko Newell VA Contracting Officer Tammiko.newell@va.gov Radonya Pinkney VA Project Manager Radonya.pinkney@va.gov Pre-Solicitation Announcement: Should VA elect to follow a One-step procurement, prior to issuing a Solicitation for Offers, VA will publish a list of sites that it has determined to be acceptable as a result of the Market Survey. VA will also publish the contact information of each acceptable site's owner or owner's agent. Making this information available is intended to increase competition amongst developer-offerors and sites. VA will not publish a pre-solicitation announcement for a procurement of existing buildings or a Two-step procurement. RESPONDENTS ARE ADVISED THAT VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ANNOUNCEMENT and THE GOVERNMENT WILL PAY NO MORE THAN THE APPRAISED FAIR MARKET VALUE FOR LAND AND FOR RENTAL SPACE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115N0098/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-N-0098 VA101-15-N-0098_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1956403&FileName=VA101-15-N-0098-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1956403&FileName=VA101-15-N-0098-003.docx

 
File Name: VA101-15-N-0098 Delineated area map - VA Johnson County (11-19-2014).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1956404&FileName=VA101-15-N-0098-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1956404&FileName=VA101-15-N-0098-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;Office of Construction and Facilities Management;425 I Street, NW;Washington, DC
Zip Code: 20001
 
Record
SN03686258-W 20150403/150401235609-14c37e91d4c69b85baee44dfcdaeb9a4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.