X1DB--Martinsville Consolidated Clinic- DRAFT Request For Lease Proposals (RLP)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Indiana
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Apr 11, 2024
Due: Apr 22, 2024
Solicitation No: 36C25024R0061
Publication URL: To access bid details, please log in.
Follow
X1DB--Martinsville Consolidated Clinic- DRAFT Request For Lease Proposals (RLP)
Active
Contract Opportunity
Notice ID
36C25024R0061
Related Notice
36C25024R0061
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 01:52 pm EDT
  • Original Response Date: Apr 22, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 07, 2024
  • 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:
    Martinsville , IN 46151
    USA
Description

This is a DRAFT Request for Lease Proposals for the Martinsville Clinic. Please submit any comments and questions to the Lease Contracting Specialist, Danielle.Butler1@va.gov and Lease Contracting Officer, Lee.Grant@va.gov.




  1. The Government is seeking 10,500 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet (SF) not to exceed 14,888 Rentable Square Feet (RSF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards.

  2. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.

  3. The Government requires 40 surface/outside parking spaces, of which 8 shall be handicap accessible spaces reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration.

  4. As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP.

  5. The Government may provide vending machines within the Government's leased area under the provisions of the Randolph-Sheppard Act (20 USC 107 et. seq.). If the Government chooses to provide vending facilities, the Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist.

  6. The lease term shall be 20 Years, 15 Firm, with Government termination rights, in whole or in parts, effective at any time after the Firm Term of the Lease by providing not less than Ninety (90) days’ prior written notice. This Lease may be renewed at the option of the Government for one (1), five-year [optional firm ] term. The Government reserves the right in the Lease to not include an option, or to reduce the length of an option, if inclusion of the option would cause the Lease to score as a capital lease, in accordance with the Budget Scorekeeping: Operating Lease Treatment paragraph of this RLP. Should the Government make the determination to modify the term or option(s), an amendment to the RLP will be issued.

  7. The Lease Term Commencement Date will be on or about October 1, 2025 or upon acceptance of the Space, whichever is later.



The Government requests Space in an area bounded as follows:



North: IN-144 between I-69 and IN-67



South: Poston St. to Ohio St. continuing on to Mahalasville rd and around Cramertown loop to 252



East: Cramertown loop to IN-252 up I-69 to IN-44. IN-44 east to Centennial Rd. Centennial Rd. to I-69. I-69 to IN-144



West: IN-67 south of IN-144 continuing onto IN-39 to Poston Street



Buildings with Property boundary(ies) on the boundary streets are deemed to be within the delineated Area of Consideration.





The offered Building and/or Property must have the following features as a minimum requirement:




  1. Offered Space shall be located on a single floor within one building; preferably be located on the first (1st) floor. If the offered space is above the first (1st) floor, the space shall be equipped with a minimum of one (1) passenger elevator able to accommodate a standard ambulance gurney and one (1) combination (passenger/freight) elevator.

  2. Bifurcated sites, inclusive of parking, are not permissible.

  3. The following space configurations will not be considered: Space with atriums, 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.

  4. Column size shall not exceed two (2) feet square and space between columns and/or walls shall not be less than twenty (20’) feet

  5. Offered Property located within a 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain) will not be considered.

  6. Offered space shall be zoned for VA’s intended use.

  7. Offered space will not be considered if located in close proximity to a property with incompatible uses, including but not limited to the following uses: liquor establishments, Cannabis dispensaries, drug and alcohol treatment centers, correctional facilities, establishments where firearms are sold/discharged, railroad tracks, or within flight paths.

  8. Offered space will not be considered if located in close proximity to residential neighborhoods or industrial areas.

  9. Space will not be considered where apartment space or other living quarters are located within the same building.

  10. Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping.

  11. Offered space must be easily accessible to multiple major roadways which provide multiple routes of travel;

  12. Structured parking under the space is not permissible.

  13. 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 requests for proposals.

  14. A fully serviced lease is required.

  15. Offered space must be compatible with VA’s intended use.




Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...RFB-11EAL-194 Tow Yard Construction Office of the Controller Updated Construction 07 Mar 2024 ...

City of Indianapolis and Marion County

Bid Due: 7/03/2024

...Event Name Business Unit Event ID Event Type End Date Right to Use ...

State Government of Indiana

Bid Due: 5/17/2024

...Follow Construction of Visitor Center at Salamonie Lake in Andrews, IN Active Contract ...

Federal Agency

Bid Due: 11/13/2024

...Follow NSWC Crane Construction B3173 1st and 2nd Floor Renovation Active Contract Opportunity... ...

JUSTICE, DEPARTMENT OF

Bid Due: 6/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.