Texas Bids > Bid Detail

X1DB--CBOC - RICHMOND, TX - NEW/REPLACING

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159469898837853
Posted Date: Apr 8, 2024
Due Date: Apr 15, 2024
Solicitation No: 36C25624R0025
Source: https://sam.gov/opp/b8361382a0...
Follow
X1DB--CBOC - RICHMOND, TX - NEW/REPLACING
Active
Contract Opportunity
Notice ID
36C25624R0025
Related Notice
36C25624R0025
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 08, 2024 05:02 pm CDT
  • Original Published Date: Feb 14, 2024 02:11 pm CST
  • Updated Date Offers Due: Apr 15, 2024 12:00 pm CDT
  • Original Date Offers Due: Apr 01, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 15, 2024
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    TX
    USA
Description View Changes

36C25624R0025 Richmond/Rosenberg, TX VA CBOC The following questions are answered: In terms of LEED (Leadership in Energy and Environmental Design) when considering a building that (although moderned) is "too old" for LEED certification, does the building need to be actual 'LEED Certified' or simply compliant? Answer: Space needs to be LEED compliant. Certification is not required. In terms of the Tenant Improvement (TI), what is the allowable amount that VHA will reimburse? There is no TI allowance set. The Government intends to evaluate lease proposals and establish a competitive range of the most highly rated offerors. The Government will conduct pre-award DID workshops with each offeror in the competitive range and request final proposal revisions (FPR), to include turnkey TI pricing. TI pricing will then be evaluated as part of the FPR evaluation process. Can a property be located within a 500-year floodplain if protected by a levee? (This question was summarized to protect procurement integrity) The Government may accept properties located withing the 500-year floodplain, including those properties located in Zone X (protected by levee). However, those properties may receive a lower rating for the Location factor contained in the Request for Lease Proposal. See the following correction to question 11 of amendment 0002: RLP Paragraph 1.04 Unique Requirements, Subsection A: Offered space must be on one (1) contiguous floor. Will the Government please confirm that it requires that the entire space to be occupied must be on the same floor? Will a bidder be ineligible for award if the space is on multiple floors? If the requirement is that the entire space be on one floor, will the Government please revise the requirement so that offerors can offer contiguous space on multiple floors? If not, can the Government please explain the programmatic or mission-related justification for requiring a rigid contiguity requirement? Corrected Answer: The Government requires the space to be contiguous and on the ground floor. This requirement is non-negotiable and is to maximize circulation and workflow in accordance with the Patient Aligned Care Team (PACT) design model. PACT design model information can be accessed at: https://www.cfm.va.gov/til/dGuide/dgPACT.pdf. The floorplan for this lease must comply with the VA s PACT design model as outlined in this design guide. See the following clarification to question 8 of amendment 0002: Initial offers will be evaluated in accordance with section 4 of the RLP. Initial offers will not include Design Intent Drawings (DID), nor will they include TI pricing. Rather, a general floor plan (conceptual drawing) of the offered space must be included with initial proposals to facilitate initial evaluation of the design concept. Pricing for initial offers will be evaluated using all information contained on the GSA Form 1364, minus the TI pricing. A competitive range (CR) will then be established with the most highly qualified Offerors. Note that the CR may be further reduced for the purpose of efficiency. Discussions will be held with each Offeror in the CR and include one DID workshop. Once discussions are completed, Final Proposal Revisions (FPR) will be requested of each Offeror included in the CR. The FPR shall contain any proposal revisions the Offeror feels would enhance their proposals and must include TI pricing and DID s. The Government will allow 30 days between requesting FPRs and receipt of FPRs. This period includes one week (request for FPRs date plus 7 calendar days) for follow-on DID questions. See the following clarification to question 1 of amendment 0002: The GSA delegation issued to the VA states the following: The lease is for up to 42,882 rentable square feet and 31,765 usable square feet of clinical space in Richmond, Texas. The awarded square footage cannot exceed the stated rentable (RSF) and/or usable (ABOA) square footage without authorization from GSA. VA s definition of usable square footage is different than GSA s definition. GSA equates usable SF to ABOA SF. VA considers usable SF to be less than ABOA SF. Therefore, VA will request an amendment to its delegation to increase the usable (ABOA) SF number to 38,118, which represents an increase of 20% from the 31,765 SF referenced above. Therefore, Offerors are to assume the following while preparing their proposals: Maximum allowable RSF: 42,882 Maximum allowable ABOA SF: 38,118 Estimated NUSF (VA-internal measurement): 31,765. This number is flexible but cannot exceed ABOA SF. Proposal receipt date remains April 15, 2024. END OF AMENDMENT


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • 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 >