Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
DOCUMENT

X -- Charleston, SC - Choice Act 2.0 48,000 ABOA SQFT Expressions of Interest (Revised) - Attachment

Notice Date
1/12/2018
 
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 20001
 
ZIP Code
20001
 
Solicitation Number
6C10F18R0527
 
Response Due
1/26/2018
 
Archive Date
5/5/2018
 
Point of Contact
Patricia Restrepo
 
E-Mail Address
ia.restrepo@chartwellenterprises.com<br
 
Small Business Set-Aside
N/A
 
Description
2 Page 2 of 7 1 Page 1 of 7 Charleston, SC The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 48,000 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Research & Development Space in an Existing Building in the area of Charleston, SC. Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations, and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Tamim Chowdhury, Contracting Officer, office: 202-382-2712; email: tamim.chowdhury@va.gov; United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Office of Real Property (003C1E), 425 Eye Street, NW, Washington DC 20001 Description: VA seeks to lease approximately 48,000 ABOA Square Feet of space in an existing building and a minimum of 25 parking spaces (not to exceed 200 parking spaces), for use by VA as a Research & Development facility in the delineated area explained below within Charleston, SC. The maximum rentable square feet (RSF) cannot exceed 64,800. VA will only consider leased space located in an existing building. Build-to-suit lease options will not be considered. The space being sought for the Research & Development facility will need to accommodate, among other features, administrative areas; wet labs; dedicated staff locker rooms with showers; and dedicated space for small and large animals, including full surgical and diagnostic laboratory facilities. Lease Term: Up to 20 years. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bounded by the following roads, or must front on any of the following boundary lines: Bounded on the North: I-526 Bounded on the South: US-17 at I-526 to Folly Rd Blvd to Folly Rd to SR-30 to North/East Shoreline of Ashley River to Battery to West Shoreline of Cooper River to US- 17 to Coleman Blvd at I-526 Bounded on the West: I-526 Bounded on the East: I-526 The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area. Additional Requirements: (1) Offered space may be located on multiple floors. If the offered space is on two or more floors, a minimum of 2 passenger elevators and 1 combination (passenger/freight) elevator must be provided. (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) Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet. (5) Offered space cannot be in the FEMA 100-year flood plain. (6) Offered space must be zoned for VA s intended use by the time initial offers are due. (7) 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. (8) Offered space will not be considered if located in close proximity to residential or industrial areas. (9) Space will not be considered where apartment space or other living quarters are located within the same building. (10) Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping. (11) Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department. (11) 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. (12) Offered space must be easily accessible to multiple highways which provide multiple routes of travel. (13) Loading dock and freight elevator required. Parking lot must be able to accommodate deliveries by trucks with trailers. (14) Structured parking under the space is not permissible. (15) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals. (16) A fully serviced lease may be required. (17) Offered space must be compatible for VA s intended use. All submissions should include the following information: Name of current owner; Address or described location of building; Location on map, demonstrating the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; A statement as to whether the building lies within the Delineated Area; Description of the uses of adjacent properties; FEMA map evidencing floodplain status; A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; Site plan depicting the property boundaries, building, and parking; (11) Floor plan, ABOA, and RSF of proposed space; (12) If you are qualified as a Veteran Owned Small Business (VOSB) or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $38.5 million, please read the attachment, entitled, VOSB or SDVOSB Status. You are invited, but not required, to submit a Capabilities Statement; (13) A document indicating the type of zoning; (14) A description of any changes to the property necessary to be compatible with VA s intended use; (15) A statement indicating the current availability of utilities serving the proposed space. All interested parties must respond to this announcement no later than January 26, 2018 at 4:00 p.m. EST. Responses shall be submitted via email to: Chartwell Enterprises Attn: Brian Weiss 8955 Edmonston Rd, Suite I Greenbelt, MD 20770 Phone: 202-550-6014 Email: brian.weiss@chartwellenterprises.com With a copy to: Tamim Chowdhury Contracting Officer United States Department of Veterans Affairs Office of Construction & Facilities Management, Office of Real Property (003C1E) 425 Eye Street, NW Washington DC 20001 Phone: 202-382-2712 Email: tamim.chowdhury@va.gov Market Survey (Estimated): [Winter 2018] Occupancy (Estimated): [Summer 2021] Page 7 of 8 Page 1 of Attachment - VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist VA s Office of Real Property (ORP) in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; __ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; __ (g) Between $2,000,000 and $5,000,000; __ (h) Between $5,000,000 and $10,000,000; __ (i) Between $10,000,000 and $20,000,000; X (j) Between $20,000,000 and $50,000,000; __ (k) Between $50,000,000 and $100,000,000; __ (l) More than $100,000,000. VA makes monthly rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. Project Requirements: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on its Technical Information Library: https://www.cfm.va.gov/til/leasing.asp. SDVOSB and VOSB firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet is provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statement Will Include: 1. Company name, address, point of contact, phone number, Experian Business Identification Number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); 3. Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system; 4. A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit); 5. Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability. Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Charleston, SC Research & Development Facility Company name: Company address: Experian Business Identification Number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific RSF). (3-page limit); and Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. By: ____________________________________ (Signature) ________________________________________________________________ (Print Name, Title)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/6C10F18R0527/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-18-AP-0492 VA101-18-AP-0492_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4017284&FileName=VA101-18-AP-0492-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4017284&FileName=VA101-18-AP-0492-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04788566-W 20180114/180112230552-b4a40b68bcbb37654ef547e1748b7793 (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.