California Bids > Bid Detail

Victorville, California Community Based Outpatient Clinic (CBOC)

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159595878314829
Posted Date: Mar 7, 2024
Due Date: Apr 8, 2024
Source: https://sam.gov/opp/9bba6d87e7...
Follow
Victorville, California Community Based Outpatient Clinic (CBOC)
Active
Contract Opportunity
Notice ID
36C24W24Q0051
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
RPO WEST (36C24W)
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 07, 2024 06:59 am PST
  • Original Response Date: Apr 08, 2024 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Victorville , CA
    USA
Description

Contract Opportunity



Sources Sought Notice



PRODUCT SERVICE CODE



X1AA - LEASE/RENTAL OF OFFICE BUILDINGS



SUBJECT*



Victorville, California Community Based Outpatient Clinic (CBOC), minimum 21,000 ABOA SF/ maximum 22,000, Max RSF will be 23,100. Sought by Veterans Healthcare Administration.



GENERAL INFORMATION



SOLICITATION NOTICE*



36C24W24R0046



RESPONSE DATE



(MM-DD-YYYY)



4/8/2024



ARCHIVE



90 days after the response date



RECOVERY ACT



N



SET-ASIDE





NAICS CODE *



531120



DESCRIPTION*



See Attachment



POINT OF CONTACT*



(POC Information Automatically filled from user profile unless entered)



Nicholas Zabelin



Carpenter/Robbins Commercial Real Estate, Inc.



2000 Crow Canyon Place, Suite 130



San Ramon, CA 94583



925-790-2124



nzabelin@crcre.com



PLACE OF PERFORMANCE



ADDRESS



See Requirements



Victorville, California



COUNTRY



Unites States



AGENCY’S URL



www.va.gov



AGENCY’S CONTACT EMAIL ADDRESS



Raphael.Fontela@va.gov



EMAIL DESCRIPTION



Contract Specialist, Real Property Leasing



* = Required Field







Advertisement Solicitation No. 36C24W24R0046





U.S. GOVERNMENT





United States Veterans Healthcare Administration seeks to lease the following space:





State:



CA



City:



Victorville



Delineated Area:



(see attached document for DA map)



Victorville Boundaries:



North: Hwy 395 to Mojave Dr. to 7th St. (HWY 15) to D St. to Happy Trails HWY (HWY 18) to Rancheries Rd. to Thunderbird Rd. To Josua Rd.



South: Roundup Way to Rock Springs, Rd. to Main St. to HWY 395



East: Joshua Rd. to Roundup Way



West: Hwy 395 to Mohave Dr.



Minimum Sq. Ft. Ansi Boma Office Square Feet (ABOA)



21,000



Maximum Sq. Ft. (ABOA):



22,000



Space Type:



Medical Facility



Parking Spaces (Total):



75



Parking Spaces (Surface):



75



Parking Spaces (Reserved):



2



Full Term:



20



Firm Term:



10



Soft Term:



10



ADDITIONAL REQUIREMENTS



Natural Lighting: Natural lighting is required in common areas, vestibules, and lobby areas as determined by VACCHCS officials. Window locations should not compromise building security in sensitive areas or should be identified for additional security measures.



Leased space may occupy multiple stories.




  • First floor entrance and occupancy shall be required.

  • Elevators and emergency egress shall meet local occupancy codes.





Site review will determine if a multi-tenant building is acceptable.



Physical Appearance: Professional appearance and location shall be assessed by individual location(s) to assess the use of natural barriers such as rocks and trees as layered security, natural lighting, xeriscaping, elevation designs, and water features.



Location shall be within 1 mile of lodging and dining locations.



Emergency power or generators are preferred but not required.



Traffic flow and/or congestion shall not interfere with ease of ingress/egress to the site.



Parking location shall be conveniently located near building entrance.




  • Shall have ability to accommodate layout.

  • Shall provide an area for receiving deliveries.





Space shall be located in a prime commercial office district with attractive, prestigious, and professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Streets and public sidewalks shall be well maintained.




  • Shall not be within 250 walkable feet from a bar, liquor store or like establishment; a residential hotel or motel, marijuana dispensary, or near an area where it is known that illegal activities occur i.e., illegal drugs sales, prostitution, loitering etc. as determined by VA officials.

  • Patio dining, restaurants and sports bars are acceptable.







Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully services lease is required. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as (“100-year” floodplain).



Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action.



Expressions of Interest Due:



4/8/2024



Market Survey (Estimated):



4/29/2024



Occupancy (Estimated):



12/1/2025





Submission Instructions:



Interested parties are invited to submit a response to this Sources Sought Notice by the due date. All responses to this Notice shall include the following:




  • Name, address, and location of available space.

  • Ownership or contact information of authorized representative. Brokers or legal representatives must show written acknowledgement and permission to represent property.

  • Date of space availability

  • Site plan depicting the building.

  • Block or floor plan of space proposed for offer.

  • Identification of an on-site plan demonstrating location of parking to be dedicated for VA’s use.

  • Ingress/egress to street(s)

  • Evidence of proper zoning for medical use

  • Total ABOA/RSF, existing or proposed.

  • Rental rate

  • Evidence that the property lies outside the 1-percent-annual chance floodplain (formerly referred to as (“100-year” floodplain).

  • Evidence property is within the delineated area.





Send Expressions of Interest to:



Name/Title:



Nicholas Zabelin - Carpenter/Robbins Commercial Real Estate, Inc.



Email Address:



Phone:



nzabelin@crcre.com



925-790-2124



Government Contact Information



Lease Contracting Officer



John Paul Niega



Contract Specialist



Raphael Fontela



Broker



Nicholas Zabelin





A market survey site-visit of all properties will be conducted by VA personnel.



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.



Please note: The VA assumes no responsibility to award a lease based upon responses to this Sources Sought announcement. The VA will not reimburse any incurred costs associated with responding to this Notice.



Attachment - Small Business, VOSB or SDVOSB Status



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 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 $1,000,000 and $3,000,000





VA makes monthly lease 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. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70.





Project Requirements: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the tenant improvements within an existing facility as described above, for a term of up to 20 years, as well as all maintenance and operation requirements for the duration of the lease term.





SDVOSB, VOSB, and Small Business 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.vip.vetbiz.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 Will Include:





1. Company name, address, point of contact, phone number, Dunn & Bradstreet number or SAM UEI number, and e-mail address;



2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.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 or greater 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





City:





State:





Company name:





Company address:





Dunn & 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 or greater size and scope completed in the past five (5) years that demonstrate the company’s experience designing, constructing, and managing relevant Federal leased facilities or health care facilities (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
  • 3230 PEACEKEEPER WAY
  • MCCLELLAN , CA 95652
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2024 06:59 am PSTSources 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 >