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: NBD00159796743870253
Posted Date: Apr 11, 2023
Due Date: May 30, 2023
Solicitation No: 36C10F23R0056
Source: https://sam.gov/opp/522f4a4fcb...
Follow
X1DB--Beaumont TX Outpatient Clinic 54,960 ANSI/BOMA
Active
Contract Opportunity
Notice ID
36C10F23R0056
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 11, 2023 12:27 pm EDT
  • Original Published Date: Mar 31, 2023 05:22 pm EDT
  • Updated Date Offers Due: May 30, 2023 04:00 pm EDT
  • Original Date Offers Due: May 30, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 28, 2023
  • Original Inactive Date: Aug 28, 2023
  • Initiative:
    • None
Classification
  • Original 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:
    Beaumont, TX , USA
Description
AMENDMENT NO.1
REQUEST FOR LEASE PROPOSAL NO. 36C10F23R0056
AMENDMENT NO. 1
TO REQUEST FOR LEASE PROPOSAL NO. 36C10F23R0056
April 10, 2023
Veterans Administration
Beaumont, TX OPC

The following items of the subject Request for Lease Proposal (RLP) 36C10F23R0056 have been amended as follows and hereby enacted within RLP Form R100

RLP Paragraph 1.08 D, Lease Description , is hereby deleted and replaced with the following:

D. The Lease contemplated by this RLP is a fully serviced Lease. Rent shall be based upon a proposed rental rate per Rentable Square Foot (RSF), limited by the offered rate and the maximum ABOA SF solicited under this RLP. Although certain Tenant Improvement (TI) requirements information is provided with this RLP and will be incorporated into the Lease, the TIs to be delivered by the Lessor will be based on the final design to be developed after award of the Lease, which reflects the Agency s full requirements. The Lessor shall design and build the TIs and will be compensated for TI costs, together with design and project management fees to be set under the Lease. Although the TI requirements will not be developed fully until after award, Offerors shall provide the allowance stated in the Tenant Improvement Allowance paragraph of the Lease.

Unless the Government prepares Design Intent Drawings (DIDs), after award the Lessor must prepare DIDs for the leased Space conforming to the lease requirements and other Government-supplied information related to the client agency s interior build-out requirements. The Government will have the opportunity to review the Lessor's DIDs to determine that the Lessor's design meets the requirements of the Lease. Only after the Government approves the DIDs and a final price for TIs is negotiated will the Lessor be released to proceed with buildout. The Lease also provides that the Government may modify the TI requirements, subject to the Lessor's right to receive compensation for such changes. VERSION 2: IF USING TI TURNKEY PRICING WITH DIDS PREPARED BY LESSOR AFTER AWARD.
NOTE: IF SEEKING OFFERS THAT ARE FULLY-SERVICED, DELETE EXCLUDING UTILITIES, WHICH SHALL BE PAID DIRECTLY BY VA UNDER FIRST SENTENCE, AS MACRO WILL NOT CHANGE THIS TEXT.

RLP Paragraphs 3.03 B1 and B3, Pricing Terms , are hereby deleted and replaced with the following:

A fully serviced Lease rate per ABOA and RSF, clearly itemizing the total Building shell rental, TI rate, operating costs, and parking (itemizing all costs of parking above base local code requirements or otherwise already included in shell rent).

The annual cost per ABOA and rentable square foot (RSF) for the cost of services and utilities. This equals line 27 of GSA Form 1217, Lessor s Annual Cost Statement, divided by the Building size (shown on the top of both GSA Form 1364, Proposal to Lease Space, and Form 1217) for ABOA and RSF, respectively.
3.03 B 1 - 3
VERSION 3: IF USING TI TURNKEY PRICING WITH DIDS PREPARED BY OFFERORS PRIOR TO AWARD.
NOTE: IF SEEKING OFFERS THAT ARE FULLY-SERVICED , DELETE EXCLUDING UTILITIES, WHICH SHALL BE PAID DIRECTLY BY VA UNDER FIRST SENTENCE, AS MACRO WILL NOT CHANGE THIS TEXT.

==============================================================================================

RLP Paragraph 4.04, Factor 3, Item 1, Evaluation , is hereby deleted and replaced with the following:

EVALUATION

Operations and Maintenance Plans will be evaluated for the adequacy and efficiency of operations to maintain standards of cleanliness, orderliness, and repair for the entire proposed facility, pursuant to the size, scope and complexity of the facility s mission requirements. An Operations and Maintenance Plan that demonstrates that the Offeror will keep the facility and site in prime condition and operating order for the entire lease term, and that emergencies will be quickly and effectively addressed, will be evaluated most favorably. The Offeror s Operations and Maintenance Plan shall provide:

Staffing plans indicating trades, number of personnel, experience levels and qualifications, and operating schedules;
Evidence of conformance with requirements prescribed in Section 6 of the Lease Form L100 and Appendix C Janitorial Services, to include that the Lessor shall ensure that subcontract performance of the custodial services is contracted through the AbilityOne Program and compliant with the Javits-Wagner-O day Act (JWOD Act), if required, pursuant to CFR 52.208-9, as prescribed in FAR 8.005 (48 USC 8.005);
Operations and Maintenance Quality Control Plan;
Detailed plan describing how the interior maintenance shall be scheduled, including all building systems, including but not limited to: HVAC; plumbing and electrical maintenance; and any janitorial maintenance associated with all services provided by the Lessor;
A detailed chart and/or narrative has been provided that indicates an operating schedule for when certain systems and/or interior building areas will be cleaned and maintained. Interior maintenance will be proactive and preventive; and, at a minimum meeting industry and local standards;
Detailed plan describing how the exterior maintenance of the building and grounds shall be scheduled and maintained, including landscaping, exterior lighting maintenance, parking lot maintenance, pest control, window washing and general litter pick-up;
A detailed chart and/or narrative has been provided that indicates an operating schedule for when exterior building or ground areas will be cleaned and maintained. Exterior maintenance will be proactive and preventive; and, at a minimum meeting industry and local standards;
Specific procedures are identified in detail on how the Lessor or his identified local property manager will handle both emergency and routine service calls in an expedited manner. Emergency calls shall be automatically responded to (on scene) within 60 minutes of receipt of call on a 24-hour, 7-days-per-week basis, with repair/neutralization of the problem occurring as soon as possible on the same day. Service calls will be classified as routine calls when the work does not qualify as an emergency call. Eighty-five (85%) of all routine calls shall be completed within five (5) working days after the receipt of the call, with remainder being completed within ten (10) working days.

The following items of the subject Request for Lease Proposal (RLP) 36C10F23R0056 have been amended as follows and hereby enacted within RLP Form L100

L-100 Paragraph 6.07 B, Janitorial Services , is hereby deleted and replaced with the following

JANITORIAL SERVICES (OCT 2021)

Additional specifications can be found in Appendix C ( Janitorial Services ). The Lessor shall ensure that subcontract performance of the custodial services is contracted through the AbilityOne Program and compliant with the Javits-Wagner-O day Act (JWOD Act), if required, pursuant to CFR 52.208-9, as prescribed in FAR 8.005 (48 USC 8.005).Â

--------------------------------END OF RLP CHANGES------------------------------
All respondents to this RLP shall acknowledge receipt of this Amendment No. 1 by signing in the space provided below. The acknowledgement must be received with the initial offer.

Receipt of Amendment No. 1 is hereby acknowledged:

FOR THE OFFEROR:

______________________
OFFEROR NAME (printed)

______________________
OFFEROR SIGNATURE

______________________
Date
Attachments/Links
Contact Information View Changes
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

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 >