Federal Bid

Last Updated on 05 Jun 2019 at 8 AM
Sources Sought
New york New york

X--Copy of Olean CBOC LEASE

Solicitation ID 36C24219R0073
Posted Date 28 Feb 2019 at 4 PM
Archive Date 05 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 242-Network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location New york New york United states 14760
The Department of Veterans Affairs currently occupies clinical space for use as a Community Based Outpatient Clinic in a building under lease in Olean, NY that has expired. VA is seeking to lease sufficient rentable square footage to yield approximately 6,840 Net Usable square feet (NUSF) within the 29th Congressional District, geographical area encompassing Olean, NY 14760. The delineated area is as follows: North: North Union St. East: Wayne St. South: Front St. West: West State St. VA s purpose for this notice is to conduct market research and identify capable resources from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB) and/or capable Open Market sources. The NAICS Codes for use is 531120 Lessors of non-residential buildings (except miniwarehouses), and the small business size standard for 531120 is $38.5 million. Responses to this notice will assist VA in determining whether this acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127 or proceed with Full and Open competition from capable sources. PLEASE NOTE: Although this notice contains detailed information for interested SDVOSB and VOSB parties, VA encourages all small businesses and other interested open market sources to respond for market research purposes. The space must be handicapped accessible, ADA compliant, and can be provided by new construction or modification to an existing space. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space with modern conveniences. The space must be contiguous, on no more than one floor (ground floor preferable) and must meet or be able to meet the Department of Veterans Affairs Life Safety codes and other applicable regulations. A 10-year lease (5 years firm) will be considered. The VA seeks a modified gross lease that includes, but not limited to the following: Heating system maintenance and repair Electrical system maintenance and repair Plumbing maintenance and repair All Utilities: Electricity, Heat, Sewer, Water Real Estate Taxes Landscaping Window cleaning Common area maintenance and supplies Garbage removal Snow removal Common area maintenance Sight lighting Insurance Lawn sprinkler HVAC Overtime Charges Grounds Maintenance Parking Pest control SDVOSB & VOSB Expressions of Interest Requirements: 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/ and have the technical skills and financial capabilities necessary to perform the stated requirements. SDVOSB and VOSB firms are requested to submit a Capabilities Statement to VA for review. SDVOSB and VOSB firms may provide 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 Should Include: Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/) Evidence of ability to offer 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 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/or managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit) Evidence of your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above 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. Required Information for Submission of Capabilities Statements Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: SUBMISSION REQUIREMENTS: Net usable square feet do not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government is limited by law (41 C.F.R. 102-73.55) to pay NO MORE THAN the appraised fair market rental value for space. Expressions of interest shall include the following: Building name, address and age Location of the available space within the building Rentable Square Feet (RSF) available and expected rental rate per RSF Net Usable Square Feet (NUSF) to be offered and expected rental rate per NUSF Building ownership information Amount of parking available on-site; include its cost and indicate whether the expected rental rate includes such required for Government parking (if applicable). Date of space availability Energy efficiency and renewable feature existing within the building Contact information of authorized representative Only space that is identified as economically advantageous to the Government will be considered relative to relocation, potential build out and/or rent. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. A cost comparison will be performed in relation to the expenses incurred at the current location. A market survey of the properties offered for lease will be conducted by the Department of Veterans Affairs. All interested offerors (owners, brokers, or their legal representatives) must provide written acknowledgement NO LATER THAN Thursday, March 7, 2019 4:30pm EST. Expressed interested may be sent electronically to the following e-mail address: [email protected] Expressions of Interest may also be sent by mail to: ATTN: Jonathan Aikin Appletree Business Park VISN 2 - Network Contracting Office 2875 Union Rd. Suite 3500 Cheektowaga, NY 14227 Phone: 716-862-7890- Office 716-341-4347- Cell PLEASE BE ADVISED: This is an inquiry only and must not be construed as a guarantee on the part of the Department of Veterans Affairs to enter into a lease agreement with any interested party. Only properties that can provide the requested space requirement and those that meet applicable government standards will be considered. Jonathan Aikin Contract Specialist VISN 2 - Network Contracting Office SAO East CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Olean CBOC VA528-16-R-0028 Please send this information sheet and supporting documentation to [email protected] by 4:30pm Eastern Standard Time, March 7, 2019. Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of ability to offer under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/) 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 nusf). (3-page limit); Evidence of the company s bonding capacity to meet a bid bond of $100,000 or higher, and payment and performance bonds in the range above from surety; 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.
Bid Protests Not Available

Similar Past Bids

Location Unknown 15 Dec 2016 at 7 PM
Mississippi Not Specified
Location Unknown 06 May 2019 at 10 PM
Mississippi Not Specified
Mississippi Not Specified

Similar Opportunities

Brainerd Minnesota 08 Jul 2025 at 2 PM
Brainerd Minnesota 08 Jul 2025 at 2 PM
Saint cloud Minnesota 08 Jul 2025 at 2 PM
Salisbury Maryland 30 Aug 2025 at 4 AM (estimated)
Murfreesboro Tennessee 08 Jul 2025 at 8 PM