Indiana Bids > Bid Detail

X1LZ--Indianapolis Parking Succeeding Lease Expressions of interest

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159031091666049
Posted Date: Jan 17, 2023
Due Date: Feb 8, 2023
Solicitation No: 36C25023AP14641
Source: https://sam.gov/opp/035bd2d01f...
Follow
X1LZ--Indianapolis Parking Succeeding Lease Expressions of interest
Active
Contract Opportunity
Notice ID
36C25023AP14641
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 17, 2023 05:22 pm EST
  • Original Response Date: Feb 08, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1LZ - LEASE/RENTAL OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    Indianapolis , IN 46202
    USA
Description
7

Pre-Solicitation Notice
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for up to
475 Parking Spaces in Indianapolis, IN.

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; the 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: Network Contracting Office 10, Suite 1100 - 8888 Keystone Crossing Indianapolis, IN 46240

Description: The U.S. Department of Veterans Affairs (VA) lease of approximately 400 parking spaces and 74 surge capacity spaces in Indianapolis, Indiana will be expiring December 31, 2023. The VA will consider alternative space in the delineated area explained below if economically advantageous. In making this determination, the VA will consider, among other things, the availability of alternative space that potentially can satisfy the VA s requirements, as well as costs likely to be incurred through relocating, transportation costs, and non-productive agency downtime. The VA will consider leased space located in another existing parking facility providing all costs mentioned above can be offset by competition; and that otherwise, the VA intends to pursue a sole source acquisition. The maximum rentable parking spaces cannot exceed 475 spaces.

Lease Term: Up to 10 years.

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:

Bounded on the North: North from the intersection of West Tenth Street and Porto Allegre Streets continuing east on West Tenth Street to the intersection of West Tenth Street and Wilson Street

Bounded on the South: from the intersection of Barnhill Drive and West Michigan Street west on West Michigan Street to the intersection of West Michigan Street and Porto Allegre Drive

Bounded on the East: from the Intersection of West Tenth Street and Wilson Street, heading south on Wilson Street to the intersection of Wilson Street and Wishard Boulevard, then continuing West on Wishard Boulevard to the intersection of Wishard Boulevard and Barnhill Drive, continuing south on Barnhill Drive to the intersection of Barnhill Drive and West Michigan Street.

Bounded on the West: From the intersection of Porto Allegre Street and West Michigan Street north on Porto Allegre Street to the intersection of Porto Allegre Street and West Tenth Street.

See the delineated area map for further clarification of the boundaries of the delineated area.


Additional Requirements:

Parking facility shall be within reasonable walking distance from the Richard L. Roudebush VA Medical Center
Parking Facility cannot lie within a 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain) unless the Government has determined that there is no practicable alternative.
Parking facility shall be paved, striped and lighted.
VA to have access to parking 24 hours per day, 7 days per week and 365 days per year to include all local, State and Federal holidays.
Maintenance to be provided to include re-striping as needed, re-lamping of lighting fixtures, paving repair, cleaning/sweeping as well as snow and ice removal.
Lessor shall provide security for the parking facility.
The right to use appurtenant areas is included.
VA reserves the right to post rules and regulations based on space configuration.
VA reserves the right to inspect the parking premises and vehicles within and to remove unauthorized vehicles.
If Offeror provides a portion of the parking facility dedicated to VA s use, signage shall be provided by the Lessor acceptable to VA to alert parking patrons of inspection and towing policies.
Designated parking is preferable, but VA will accept parking within shared area as long as VA can occupy 400 spaces at any given time.

Secured access is required via hang tag or card. Devices for access to be provided by the lessor.
The VA is leasing 400 spaces. However, given daily fluctuations, lessor to provide 75 additional access cards. If on any given day, the government parking utilization exceeds 400 spaces, the government will pay a daily rate to be included as part of the lease for each parking space utilized over 400. In the event of an invoice, lessor will provide supporting documentation of the over and above / surge usage.
A fully serviced lease is required.
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 parking facility/site;
Location on map, demonstrating the facility/site lies within the Delineated Area;
A statement as to whether the facility/site lies within the Delineated Area;
Description of ingress/egress to the building from a public right-of-way;
Description of the uses of adjacent properties;
FEMA map evidencing floodplain status;
Site plan depicting the property boundaries, building, and parking;
If you are qualified as a Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 812930 Parking Lots and Garages with a small business size standard of $41.5 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement;
A document indicating the type of zoning;
A description of any changes to the property necessary to be compatible with VA s intended use;
A statement indicating the current availability of utilities serving the proposed space or property.

All interested parties must respond to this advertisement no later than February 08, 2023, at 12:00 p.m. Local Time.

Electronically To:
Andrew D. Seaman
Lease Contracting Specialist
andrew.seaman2@va.gov
Attachment - VOSB or SDVOSB Status
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.

The NAICS Code for this procurement is 812930 - Parking Lots and Garages, and the small business size standard is $41.5 million. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127.

The magnitude of the anticipated construction/buildout for this project is:
_X (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;
__ (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.

Project Requirements: This Sources Sought Notice 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 10 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 the Technical Information Library at the following link: 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 Small Business Administration (SBA) VetCert site at Veteran Small Business Certification (sba.gov) https://veterans.certify.sba.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:

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 VetCert Veteran Small Business Certification (sba.gov);

3. Evidence of ability to offer as a small business under NAICS Code 812930 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 managing Federal leased parking facilities or other relevant projects similar 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

Indianapolis, IN, Parking Lease Sources Sought Notice

Company name:

Company address:

Dunn and Bradstreet 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 VetCert Veteran Small Business Certification (sba.gov);
Evidence of ability to offer as a small business under NAICS Code [812930] 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)
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
  • Andrew D. Seaman
  • andrew.seaman2@va.gov
  • Phone Number 317-988-1526
  • Fax Number Lee M. Grant, Lease Contracting Officer
Secondary Point of Contact


History
  • Jan 17, 2023 05:22 pm ESTPresolicitation (Original)

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 >