Texas Bids > Bid Detail

X1DB--Beaumont TX Outpatient Clinic 54,960 ANSI/BOMA

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159450027850355
Posted Date: Feb 27, 2023
Due Date: Mar 10, 2023
Solicitation No: 36C10F23Q0030
Source: https://sam.gov/opp/34345fedf7...
Follow
X1DB--Beaumont TX Outpatient Clinic 54,960 ANSI/BOMA
Active
Contract Opportunity
Notice ID
36C10F23Q0030
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2023 02:53 pm EST
  • Original Response Date: Mar 10, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 08, 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:
    Beaumont, TX ,
    USA
Description

Beaumont, Texas

The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for
54,960 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) Square Feet of Outpatient Clinic Space in the Beaumont, Texas area

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.

Broker Office Address: Thomas Leahy [toml@chartwellenterprises.com]; Chartwell Enterprises, 8955 Edmonston Road, Suite I, Greenbelt, MD 20770

Offerors that provided sites for the previously released Beaumont, TX OPC Expression of Interest (due November 2, 2022) should not re-submit site information. To be evaluated for the Sources Sought / Market Survey, Offerors are required to review the revised Sources Sought notice (Pages 5 - 7) and are required to submit an updated capabilities statement.

Description: VA seeks to lease approximately 54,960 ABOA Square Feet (SF) of space and 350 parking spaces for use by VA as an Outpatient Clinic in the delineated area explained below within the Beaumont, Texas area. VA will consider leased space located in an existing building as well as land for new construction for a build-to-suit lease option. The Offeror shall submit the total RSF of the building and a cost per RSF.

Lease Term: Up to 20 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: Route 105 at Old Dowlen Road to Concord Road at Route 69 to Concord Road at East Lucas Drive to East Lucas Drive at Magnolia Street
Bounded on the South: Route 96 at Martin Luther King Junior Parkway to Route 96 at I-10
Bounded on the West: I-10 at Route 96 to I-10 at Route 90 to Route 90 at Lindbergh Drive to East Caldwood Drive to East Caldwood Drive at Phelan Boulevard to Phelan Boulevard at West Lucas Drive to West Lucas Drive at Delaware Street to Delaware Street at Dowlen Road to Dowlen Road at Old Dowlen Road to Old Dowlen Road at Route 105
Bounded on the East: Magnolia Street at East Lucas Drive to Magnolia Street at I-10 to I-10 at Pine Street to Pine Street at Elizabeth Street to Elizabeth Street at Main

Street to Main Street at Pennsylvania Avenue to Pennsylvania Avenue at South Martin Luther King Junior Parkway to Martin Luther King Junior Parkway at Route 96
The attached map of the delineated area is provided 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:Â 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 or will be zoned by the time of performance.

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
center and a fire department.

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.

Offered space must be easily accessible to multiple highways which provide multiple routes of
travel.

Loading dock required. Parking lot must be able to accommodate deliveries by
trucks with trailers.

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 lease proposals.

A fully serviced lease may be required.

Offered space must be compatible for VA s intended use.

All Expression of Interest submissions should include the following information:

Name of current owner of building or land;
Address or location description of building or land;
A statement as to whether the building or land is located within the Delineated Area;
Location on map, demonstrating the building or land is located within the Delineated Area;
Description of ingress/egress to the building or land from a public right-of-way;
Description of the uses of adjacent properties;
FEMA map evidencing floodplain status;
A narrative and map describing proximity of the building or land 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) A document indicating the type of zoning;
(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.

If you are qualified as a small business, 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 $47 million, please read the attachment, entitled, VOSB,
or SDVOSB Status . You are required to submit a Capabilities Statement.

All interested parties must respond to this announcement no later than 4 p.m. EDT on Friday, March 10th, 2023.

Send Expressions of Interest electronically to:

Chartwell Enterprises
Attn: Thomas Leahy
Email: toml@chartwellenterprises.com
Phone: (410) 212-2794

Attn: Patricia Restrepo
Email: patricia.restrepo@chartwellenterprises.com
Phone: (202) 997-7025

With a copy to:
Mayra Rosa, VA Contracting Officer
United States Department of Veterans Affairs (VA)
Office of Construction and Facilities Management (CFM)
Email: Mayra.Rosa@va.gov

Market Survey (Estimated): Upon RLP release, if applicable
Occupancy (Estimated): Summer 2026

Attachment VOSB or SDVOSB Status Sources Sought

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 between $20,000,000 - $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 SBA s Veteran Small Business Certification (VetCert) 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 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 number, and e-mail;
2. Evidence of SDVOSB or VOSB status through registration at VetCert (https://veterans.certify.sba.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. Address or land description of proposed site in the Delineated Area offered by the SDVOSB or VOSB;


New Requirements for all Submittals:

5. A summary describing at least two (2) projects of similar size and scope completed in the past seven (7) 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 in current market conditions. Evidence shall be in the form of a conditional commitment funding letter, bank statement(s) identifying funds available for VA projects, etc.

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
Beaumont, TX Outpatient Clinic
Company name:
Company address:
Unique Entity Identifier 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 two (2) projects of similar size and scope completed in the past seven (7) years that demonstrate the company s experience designing, constructing, financing, and managing Federal leased facilities or health care facilities relevant to a 54,960 ABOA SF project. (3-page limit); and
Evidence of capability to obtain financing for a project of this size in current market conditions. Evidence shall be in the form of a conditional commitment funding letter, bank statement(s) identifying funds available for VA projects, etc.

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
Attachments
Document File Size Access Updated Date
36C10F23Q0030.docx (opens in new window)
498 KB
Public
Feb 27, 2023
file uploads

Links
Display Name Updated Date
Department of Veterans Affairs (opens in new window) Feb 27, 2023
Contact Information
Contracting Office Address
  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA
Primary Point of Contact
  • Lease Contracting Officer
  • mayra.rosa@va.gov
  • Phone Number Thomas Leahy
  • Fax Number Alternate Government Contact
Secondary Point of Contact


History
  • Feb 27, 2023 02:53 pm ESTSources Sought (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 >