Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
DOCUMENT

X -- Chula Vista, CA - Advertisement for Expressions of Interest Amendment 2 - Attachment

Notice Date
7/14/2015
 
Notice Type
Attachment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I St;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10115R0052
 
Response Due
8/3/2015
 
Archive Date
11/1/2015
 
Point of Contact
Shamm Kelly
 
E-Mail Address
row
 
Small Business Set-Aside
N/A
 
Description
Chula Vista, California The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 31,000 Net Usable Square Feet (NUSF) of Medical Space in Chula Vista, California 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 Hong Hitchings, Lease Contracting Officer, 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 31,000 net usable square feet (NUSF) (or approximately 41,000 rentable square feet) of space and 236 on-site parking spaces for use by VA as a Community Based Outpatient Clinic in Chula Vista, CA. 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: Offered space must be located on no more than three (2) contiguous floors, although preference will be given to offers for a single floor and a lesser preference for two contiguous floors. If offered space is above the ground floor, elevator service must be provided. If space is offered on two (2) contiguous floors, a minimum of two (2) elevators (one (1) passenger elevators and one (1) combination (passenger/freight) elevator) must be provided. The building must be able to comply with Architectural Barriers Act Accessibility Standards 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: Complying with all local laws, rules and regulations, the land must be of sufficient size and proportion to provide minimum security setbacks of twenty-five (25)' feet and to accommodate space on no more than two (2) floors, although preference will be given to offers for a single floor. The land must also accommodate the parking requirement on site. If offered space is on two (2) floors, two (2) elevators (one (1) passenger and one (1) freight, or combination passenger/freight elevator) must be provided The completed building must a) comply with Architectural Barriers Act Accessibility Standards, b) 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 c) 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). Preference will be given to proximity to public transportation. 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) provide a minimum of 236 spaces. Of the total number of parking spaces, a minimum of 100 spaces shall be located in close proximity to the facility. All parking must be located within 900 feet of the entrance to the facility and with access between parking and the facility unimpeded by roads or other obstructions to pedestrian passage. Parking under the facility is prohibited for new construction. A minimum of 15 handicapped parking spaces including 2 van accessible spaces shall be located immediately adjacent the facility. All handicapped parking spaces shall be 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 boundaries or must front on any of the following boundaries: North: Highway 54. West: From the intersection of Highway 54 and Interstate 5, continue south on Interstate 5 to the intersection of F Street and Lagoon Drive; proceed west on Lagoon Drive to the tideline; continue south along the tideline to 13th Street; proceed south on 13th Street to Palm Avenue; continue east on Palm Avenue to Interstate 5; continue south on Interstate 5 to Highway 905. South: Proceed from the intersection of Interstate 5 and Highway 905, continue east on Highway 905 to a point marking one (1) mile east of Interstate 805. East: From the intersection of Highway 905 and the point marking one (1) mile east of Interstate 805, proceed north, parallel to Interstate 805 at a distance of one (1) mile east of Interstate 80 to Interstate 5. Properties north of Highway 54, east of the one (1) mile boundary paralleling Interstate 805, and south of Highway 905 will not be considered. The attached map of the delineated is provided for further clarification of the boundaries of the delineated area. Lease Term: Up to a 20-year firm term. Submission Requirements: Properties must be identified in accordance with the following category: 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's assessment of your building or land depends on the information you provide. VA reserves the right to eliminate a site that fails to comply with the requirements herein. All submissions should include the following information: (1)Name of owner of the land being submitted: (2)Address or described location of land; (3)Location on map, demonstrating the land lies within the delineated area; (4)Description of ingress/egress to the land; (5)A statement as to whether the land is currently zoned to include medical and medical office use; (6) (7)Regarding other properties abutting the offered property, describe the zoning and the current dominant uses of said properties (i.e. church, retail, business, school); (8)FEMA map evidencing that the property lies outside the 100-year floodplain; (9)A map describing proximity of the land to public transportation and major transportation routes; (10)Evidence of ownership, if site is submitted by owner. Non-Owners (e.g. prospective developers/lessors) submitting land must provide evidence of authority granted by property owner to submit the property to VA for development. Non-Owners must also be able to demonstrate unconditional control at a time to be specified in the solicitation or request for proposals; (11)Pertinent information related to title issues, easements, or restrictions on the use of the land. A preliminary title report will be required with initial offer submission; (12)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) documentation 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 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 no later than August 3, 2015, 4:00 p.m. EST. This advertisement shall remain posted for a minimum of twenty (20) days. In order to receive a Solicitation for Offers and correspondence prior to the submission of offers, please submit your property information please submit your property information via email with the subject line: "Expression of Interest for Chula Vista, CA VA CBOC to: Shamm Kelly Carpenter/Robbins Commercial Real Estate, Inc. 3160 Crow Canyon Road, Suite 200 San Ramon, CA 94583-1380 Phone: 415-225-7171 skelly@crcre.com With a copy to: Hong Hitchings, Lease Contracting Officer c/o Radonya Pinkney, Realty Specialist United States Department of Veterans Affairs 425 Eye Street, NW Room# 6W214D Washington, DC 20001 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/VA10115R0052/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0052 VA101-15-R-0052_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2166218&FileName=VA101-15-R-0052-014.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2166218&FileName=VA101-15-R-0052-014.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 Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I St;Washington DC
Zip Code: 20001
 
Record
SN03795764-W 20150716/150714234954-62d792ec8404d0bcc498acd9e7b30a32 (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.