X-- Humble- Kingwood Texas Medical Office Lease

From: Federal Government(Federal)
36C25619R0146

Basic Details

started - 20 Aug, 2019 (about 4 years ago)

Start Date

20 Aug, 2019 (about 4 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
36C25619R0146

Identifier

36C25619R0146
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 2 of 5DEPARTMENT OF VETERANS AFFAIRS (VA)Page 2 of 3SOURCES SOUGHT NOTICE - HUMBLE/KINGWOOD TEXASThe Department of Veterans Affairs, Michael E. DeBakey VA Medical Center is seeking to lease up to 10,000 net usable square feet (NUSF) of space for use by VA for Primary Car and Mental Health Services in Humble/Kingwood, Texas. VA will consider existing space that is built out for medical office space. The information gained from this Sources Sought will be used to assist the Government in determining if this development opportunity can be competitive and/or a total Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) Set-Aside. The Government will use this information to determine the best acquisition strategy for this procurement. SDVOSBs and VOSBs are encouraged to participate in this Market Research.VA is seeking information on the SDVOSB/VOSB Respondent s qualifications only to confirm the Respondent s capability to perform a minimum of
51% of the development opportunity described in this Notice.The intent of this Notice is to determine if there are qualified lessors including SDVOSB or VOSB that can provide adequate medical office space up to 10,000 NUSF, including adjacent parking, within the Delineated Boundary described below. Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors and public toilets required by local code. Contiguous, first floor space is preferred, but maximum of two locations within the same building will be considered. Space must meet requirements with no to minimal modification. The building must be constructed of masonry, concrete, or steel framing.Buildings submitted will be given a score of Pass or Fail. Buildings that do NOT meet the minimum requirements and are given a failing grade will NOT be considered further and offers for such buildings will NOT be evaluated. For the existing building scenarios an on-site parking lot must accommodate the greater of: (i) local code required pro-rata share of parking allotted to the building for the duration of the lease term or (ii) minimum of fifty (50) dedicated, standard sized, parking spaces. The building and parking area must be fully accessible meeting all requirements of Architectural Barriers Act Accessibility Standards (ABAAS). EXPRESSIONS OF INTEREST SHOULD INCLUDE THE FOLLOWING INFORMATION, AS KNOWN OR AVAILABLE. PLEASE NOTE THAT TIME IS OF THE ESSENCE, PLEASE PROVIDE AS MUCH INFORMATION AS POSSIBLE TO ENABLE VA TO EVALUATE YOUR OFFERED PROPERTY. VA RESERVES THE RIGHT TO ELIMINATE A PROPERTY THAT FAILS TO PROVIDE SUFFICIENT INFORMATION. For All Buildings:Site address or location description and legal description. Location on map demonstrating the site is within the delineated area.Ingress/egress to street(s).Evidence of proper zoning for medical office use.FEMA map evidencing that the property lies outside the 100-year floodplain.Narrative and map depicting proximity to the nearest bus and/or train stop.Access to site from major transportation routes.Brokers, developers, or legal representatives must show written acknowledgement and permission to represent and develop the property.Property Owners and/or developers must provide written proof of ownership or non-contingent control of property at the time of submission of initial bids.Describe any future development affecting the site including neighboring projects and road/public utility line construction.In addition:Responses should be submitted on official letterhead, must include a point of contact and the signature of at least one organization officer. Responses must address the following elements in sufficient detail to highlight the respondent s ability to undertake the scope as set forth in this Sources Sought Notice. Responses must be single spaced with a minimum 12-point Arial font.Based on the NAICS Code identified in the Sources Sought, please state whether your company is:Service Disabled Veteran Small Business* (Yes / No)Veteran Owned Small Business* (Yes / No)Small Business (Yes / No)Woman Owned Small Business (Yes / No)Small Disadvantaged Business (Yes / No)8(a) Certified (Yes / No)HUBZone Certified (Yes / No)Large Business (Yes/ No)If your company is SDVOSB and/or VOSB, please attached VIP verification. Existing Buildings:Age of building.Total existing net usable square feet.Site plan depicting the building as is .Block or floor plan of space proposed for offer.Identification on site plan demonstrating location of parking to be dedicated for VA s use.Rentable square footage needed to accommodate the usable square footage required will differ from building to building. Preferred occupancy is required by January 1, 2020. A lease term of 5 years may be considered but is not guaranteed. The area of consideration is defined below: DELINEATED BOUNDARY North: Northpark DriveEast: West Lake Houston ParkwaySouth: Will Clayton ParkwayWest: Sorters McClellan Road to US 59/69 to Towsend Blvd to Farm to Market bypass to Kenswick DriveADDITIONAL REQUIREMENTS:Shall meet Federal and State Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. Shall be fully serviced.Hours of operation: 8:00 am to 4:30 pm Monday through Friday, but accessible for VA use 24 hours per day, 7 days per weekShall not be in the 100 year flood plain.Shall not be next to a bar, liquor store or like establishment; Shall not be located near a residential hotel; andShall not be located near an area where it is known that illegal activities occur such as illegal drugs sales.Is preferred to be located on ground floor, if not, space must be ADA compliant to include elevatorsPreferred occupancy by January 1, 2020.A market survey of the offered space will be conducted by the VA. Interested offerors (owners, brokers, or their legal representatives) shall submit specific information concerning their properties via email to the VA s broker Public Properties (with copy to VA) no later than 4:00 p.m. (CST) on Friday, 30 August 2019; additionally questions can be sent via email: An electronic or hard copy of all informational packages shall be sent to:Department of Veterans AffairsNetwork Contracting Office 16Central AR Veterans Healthcare System2200 Ft Roots Drive, Building 41North Little Rock. AR 72114ATTN: David Dillinger, Contracting OfficerE-Mail: david.dillinger@va.gov With a copy to:Christian LamannaGUV Commercial Real Estate1101 30th Street, NW Suite 100CWashington, DC 20007clamanna@guvcre.comNOTE: This advertisement is not a Request for Lease Proposal (RLP). An RLP may be issued by the Department of Veterans Affairs at a later date. The Government is limited by law (41 C.F.R. 102-73.55) to pay no more than the appraised fair rental value for space. RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON RESPONSES TO THIS ANNOUNCEMENT AND THE VA WILL NOT REIMBURSE ANY COSTS ASSOCIATED WITH RESPONSES TO THIS ANNOUNCEMENT. Contact Information: David DillingerDavid.Dillinger@va.govContracting Officer Office Address :Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706 Location: Department of Veterans Affairs Central Arkansas Veterans Health Care System Set Aside: N/A

Department of Veterans Affairs Central Arkansas Veterans Health Care SystemLocation

Address: Department of Veterans Affairs Central Arkansas Veterans Health Care System

Country : United StatesState : Arkansas

Classification

NAISC: 531120 GSA CLASS CODE: X