Indiana Bids > Bid Detail

X1DB--Veterans Wellness Center Indianapolis

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159508323139923
Posted Date: Jan 9, 2024
Due Date: Jan 9, 2024
Source: https://sam.gov/opp/04b60ed487...
Follow
X1DB--Veterans Wellness Center Indianapolis
Active
Contract Opportunity
Notice ID
36C25022AP42821
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 09, 2024 12:45 pm EST
  • Original Published Date: Jan 06, 2023 03:17 pm EST
  • Updated Response Date: Jan 09, 2024 02:00 pm EST
  • Original Response Date: Jan 24, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 10, 2024
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Indianapolis , IN 46254
    USA
Description


The U.S. Department of Veterans Affairs Seeks Expressions of Interest for
4,943 Rentable Square Feet of Clinical Space 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) occupies clinical space in a building under lease and 30 parking spaces in Indianapolis, Indiana that will be expiring December 02, 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, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime. The VA will consider leased space located in another existing building providing all costs mentioned above can be offset by competition; and that otherwise, the VA intends to pursue a sole source acquisition with the incumbent Lessor. The maximum rentable square feet (RSF) cannot exceed 4,943 RSF.

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: 62nd Street
Bounded on the South: Georgetown Road to W 52nd Street
Bounded on the East: Guion Road
Bounded on the West: Lafayette Road

See the below delineated area map for further clarification of the boundaries of the delineated area.
Additional Requirements:
Offered Space must be located on a single floor.
Bifurcated sites, inclusive of parking, are not permissible.
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.
Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet
Offered space cannot be in the FEMA 100-year flood plain.
Offered space must be zoned for VA s intended use by the time initial offers are due.
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.
Offered space will not be considered if located in close proximity to residential or industrial areas.
Space will not be considered where apartment space or other living quarters are located within the same building.
Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacy, and shopping
Offered space must be located in close proximity to a hospital or stand-alone emergency room or a fire-rescue department.
Offered space must be in close proximity to public transportation and easily accessible to multiple throughfares which provide multiple routes of travel.
Structured parking under the space is not permissible.
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.
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 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;
Floor plan, ABOA, and RSF of proposed space;
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 01, 2023 at 12:00 p.m. Local Time electronically To: Andrew D. Seaman, Lease Contracting Specialist, andrew.seaman2@va.gov
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 $41.5 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement;

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 531120 Lessors of Nonresidential Buildings], 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 VA s Vendor Information Pages (VIP) site at https://www.vetbiz.va.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 VIP (Home  · VetBiz Portal (va.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

Indianapolis, IN, 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 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)
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • 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 >