Tennessee Bids > Bid Detail

Expressions of Interest for Approximately 43,019 (ANSI/BOMA) Square Feet (SF) with a not to exceed 48,396 Rentable Square Footage (RSF), of Clinical Space in the area of Cookeville, TN

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159370244424463
Posted Date: Mar 14, 2023
Due Date: Mar 16, 2023
Solicitation No: 36C10F-23-AP-0015
Source: https://sam.gov/opp/10ea500b06...
Follow
Expressions of Interest for Approximately 43,019 (ANSI/BOMA) Square Feet (SF) with a not to exceed 48,396 Rentable Square Footage (RSF), of Clinical Space in the area of Cookeville, TN
Active
Contract Opportunity
Notice ID
36C10F-23-AP-0015
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 14, 2023 03:18 pm EDT
  • Original Published Date: Feb 23, 2023 07:34 pm EST
  • Updated Response Date: Mar 16, 2023 04:00 pm EDT
  • Original Response Date: Mar 16, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Cookeville , TN 38501
    USA
Description

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: Johnathan Taylor / Johnathan.taylor5@va.gov, United States Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Office of Real Property, (003C1E), 425 “Eye” Street, NW, 2nd Floor, Washington, DC 20001.





Description: VA seeks to lease approximately 43,019 ABOA/not to exceed 48,396 RSF of space and 250 parking spaces for use by VA as a Community Based Outpatient Clinic (CBOC) in the delineated area explained below within Cookeville, TN. VA will consider leased space located in an existing building as well as land for new construction for a build-to-suit lease option.





Lease Term: Up to twenty (20) years firm term.





Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines:





North: East on West Broad Street, North on County Farm Road, East on Benton Young Road, East on West 12th Street, South on North Washington Avenue, East on East 10th Street, South on Burton Branch Road





East: South on Dry Valley Road, South on East Spring Street





South: West on I-40





West: North on Tennessee Avenue













Additional Requirements: (Subject to change, based on the Request for Lease Proposal (R-100) section 1.04 and/or other requirements, approved by the Medical Center)





(1) Offered space must be located on a contiguous ground floor.



(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) Offered space cannot be in the FEMA 100-year flood plain.



(5) Offered space must be zoned for VA’s intended use by the time initial offers are due.



(6) Offered space will not be considered if located in close proximity to industrial areas.



(7) Space will not be considered where apartment space or other living quarters are located within the same building.



(8) Offered space must be in close proximity to amenities including but not limited to restaurants, pharmacy, and shopping.



(9) Offered space in close proximity to public transportation adjoining property is preferred.



(10) Loading dock or loading area required. Parking lot must be able to accommodate deliveries by trucks with trailers.



(11) Structured parking under the space is not permissible.



(12) 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.



(13) A fully serviced lease may be required.



(14) Offered space must be compatible for VA’s intended use.



(15) Offered space will not be considered if located in close proximity to property with incompatible uses, including but not limited to the following uses: treatment centers, correctional facilities (jails or otherwise), railroad tracks, or within flight paths if flight paths are a noise or vibration disturbance.









All EOI submissions are required to include the following information:




  1. Name, phone and email of current owner (if representing the owner, submit evidence of authority to represent the 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 from a public right-of-way;

  5. A statement as to whether the building or land lies within the Delineated Area;

  6. Description of the uses of adjacent properties;

  7. FEMA map evidencing floodplain status;

  8. A narrative and map describing proximity of the building or land to the nearest bus and/or train stop, and major transportation routes;

  9. A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction;

  10. Site plan depicting the property boundaries, building, and parking;



(11) Floor plan, NUSF, 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 description of any changes to the property necessary to be compatible with VA’s intended use;



(14) A statement indicating the current availability of utilities serving the proposed space or property.





All interested parties must respond to this announcement no later than Thursday, March 16th at

4:00 p.m. EST.





All submissions shall be made electronically to: Johnathan Taylor at Johnathan.taylor5@va.gov, Leasing Contracting Officer and Garland Gill Jr at garland.gill@va.gov, Project Manager





Market Survey (Estimated): April 18th and 19th, 2023











Attachment - VOSB or SDVOSB Status





The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $47 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:





_x Between $20,000,000 and $50,000,000;







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 and financing of the facility described above, on a VA pre-approved site 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. More information on VA’s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/.



To support the Government’s determination whether the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127, SDVOSB and VOSB firms are required 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.vetbiz.va.gov/. All business concerns must have the technical skills and financial capabilities and capacity necessary to perform the stated requirements. All business concerns are required to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet are 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, Unique Entity Identifier (UEI) number, and e-mail;

  2. Evidence of SDVOSB or VOSB registration status through SBA’s Veteran Small Business Certification (www.sba.gov) database;

  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. Address or land description of proposed site in the Delineated Area offered by the SDVOSB or VOSB;

  5. 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, financing, and managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit); and

  6. Evidence of capability to obtain financing for a project of this size.









If desired, the company may also submit a narrative describing its capability.





To be evaluated for market research purposes, SDVOSBs and VOSBs are required to submit, along with its Capabilities Statement, an Expression of Interest identifying a property.





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





Cookeville, TN Community Based Outpatient Clinic





Company name:



Company address:



Unique Entity Identifier (UEI) number:



Point of contact:



Phone number:



Email address:



The following items are attached to this Capabilities Statement:



□ Evidence of SDVOSB or VOSB status registration status through SBA’s Veteran Small Business Certification (www.sba.gov) database.



□ 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, financing, and managing Federal leased facilities or health care facilities relevant to a 43,019 ABOA SF project. (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)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >