Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. The Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561730, Landscaping Services With A Size Standard $9.5m. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking To Identify Any Vendor Capable Of Providing Professional Services To Include All Labor, Transportation, Materials, Apparatus, Tools, Equipment And Permits Necessary To Remove Nine (9) Trees And Grind Stumps To Six (6) Inches Below Grade. Refer To Theâstatement Of Work (sow) Below For The Requested Requirement Description. The Standard Shall Be Of Quality; Meeting Or Exceeding Those Outlined In The Sow. This Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Being Invited To Submit Information Relative To Their Potential To Fulfill This Requirement, In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. Submission Instructions: Interested Parties Who Consider Themselves Qualified To Provide These Services Are Invited To Submit A Response To This Sources Sought Notice By 5:00 Pm Est, 6 February 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Shawn Lawrence At Shawn.lawrence@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. Interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. Sam: Interested Parties Shall Be Register In The System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam Will Be Ineligible To Receive A Government Contract, Should A Solicitation Be Issued Resulting From This Sources Sought. Vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract, Should A Solicitation Be Issued Resulting From This Sources Sought. Sources Sought Worksheet Qualification Information: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point Of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (uei) #:â___________________________________________________ Cage Code: __________________________________________________________________ Other Available Contract Vehicles (gsa/fss/nasa Sewp/etc): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ Socio-economic Status: Vip Verified Sdvosb: (y / N) Vip Verified Vosb: (y / N) 8(a): (y / N) Hubzone: (y / N) Economically Disadvantaged Women-owned Small Business: (y / N) Women-owned Small Business: (y / N) Small Business: (y / N) Note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition. Capability Statement: Provide A Brief Capability And Interest In Providing The Service As Listed In Attachment 2 Statement Of Work With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The (sow). Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
1. The Solicitation Number Is F3g5ga4345a001. This Solicitation Is A Request For Quotation (rfq).
2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-1, Dated 12 November 2024.
3. This Rfq Is To Be Solicited As A Total Small Business Set Aside. The Associated North American Industry Classification System (naics) Code 314110 With A Small Business Size Standard Of 1,500 Employees.
4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). See Attachment 1 For The Contract Line Item Number (clin) Structure.
5. Description Of Requirement For The Items To Be Acquired:
***reference Attachments 1 And 2 For Specifications, Descriptions, And Additional Information.
a. Delivery Date: 120 Days
b. Place Of Delivery: Nellis Afb, Nv
c. Inspection And Acceptance: Fob Destination
far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023)
requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time.
**the Site Visit For This Requirement Is Mandatory For All Vendors Submitting Quotes**
site Visit. The Site Visit Will Be Held At Nellis Afb, Nv On Friday, 3 January 2025, At 8:00 Am Pdt. Please Rsvp No Later Than Thursday, 2 January 2025, At 12:00 Pm Pdt. Send An Rsvp Email Sra Donald Rhee At Donald.rhee@us.af.mil And Ssgt Chase Brandt At Chase.brandt@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 7:00 Am Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration].
questions And Answers. All Questions Must Be Submitted Via Email To Sra Donald Rhee At Donald.rhee@us.af.mil. The Deadline For Submitting Questions Is Wednesday, 8 January 2025, At 12:00 Pm Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Thursday, 9 January 2025, At 4:00 Pm Pdt.
quote Due Date. Quotes Are Due On Monday, 13 January 2025, At 10:00 Am Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Donald Rhee At Donald.rhee@us.af.mil.
(end Of Provision)
far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated.
technical Acceptable/unacceptable Ratings---
acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments.
unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments.
(end Of Provision)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/
(end Of Clause)
provisions And Clauses Incorporated By Reference
far 52.204-7 System For Award Management (oct 2018)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)
far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024)
far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024)
far 52.219-1 - Small Business Program Representations (feb 2024)
far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016)
dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023)
dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023)
dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023)
dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023)
dfars 252.232-7010 Levies On Contract Payments (dec 2006)
dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023)
daffars 5352.201-9101 - Ombudsman (jul 2023)
daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024)
list Of Attachments
attachment 1 – Items List (updated)
attachment 2 – Floor Plan (updated)
attachment 3 - Statement Of Work
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This-- Sources Sought Announcement Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Unique Entity Id (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below In Italics.
the Loma Linda Va Healthcare System (llvahcs) Located At 11201 Benton St. Loma Linda, Ca 92357 Is Seeking A Potential Qualified Contractor That Can Provide: Preventive Maintenance For Hydroponic Wall System And Potted Plants.
important Information: The Government Is Not Obligated To/nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources-sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 494930.
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Certified By The Small Business Administration; Veteran Small Business Certification, (vetcert) Https://veterans.certify.sba.gov/. All Interested Offerors Should Submit Information By E-mail To: Catherine.fernandezpedernera@va.gov
all Interested Offerors Should Submit Information By E-mail: Catherine.fernandezpedernera@va.gov . All Information Submissions To Be Marked Attn: Catherine Fernandez, Contract Specialist And Should Be Received No Later Than 15:00 Pm Pst On February 13, 2025.
*******draft*******draft******draft*******draft*******
statement Of Work
objective
the Loma Linda Veterans Health Administration (also Referred To As Llvha Or The Government) Has A Requirement For Recurring Maintenance Services, And Replacement As Needed, For The Existing Hydroponic Green Wall System And (23) Interior And Exterior Potted Plants At The Main Facility Located At 11201 Benton Steet, Loma Linda, Ca 92357. All Plants And Soil Containers Shall Be Maintained, Pest-controlled, And/or Replaced By The Contract As Required For A Healthy And Pest-free Plants And Environment. All Existing Plant Locations Are Subject To Change Due To Construction, Renovations, Or Occupancy Type. All Material Maintained And/or Replaced Shall Remain Property Of Llvha.
period And Place Of Performance
the Rendering Of Services Will Take Place At The Main Facility Building Location At 11201 Benton Street, Loma Linda, Ca 92357.
contract Period Of Performance Date To Start On April 1st, 2025.
contract Period Of Performance To Be For (1) Base Year With (4) Additional Option Years To Be Exercised By The Government If The Requirement Remains Valid And The Vendor S Performance Is Satisfactory.
contract Requirements
required Services Are:
plants Maintenance, And Replacement When Needed, Are To Be Coordinated With The Point Of Contact (poc) To Avoid Interrupting Patient Or Visitor Services.
plants Maintenance, And Replacement When Needed, Will Be For The Following Location Only: Main Facility At 11201 Benton Steet, Loma Linda, Ca 92357.
vendor To Coordinate Maintenance Schedule With Contracting Officer Representative (cor) Or Point Of Contact (poc) And Access To Facility Both During And/or After Normal Business Hours. Facility Normal Business Hours Are Monday Through Friday 8:00am 4:00pm. The Federal Government Recognized Us Holidays Are: New Year S Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day And Christmas Day. If The Holiday Falls On Sunday, It Is Observed On Monday.
maintenance Services To Include The Following Items And Frequencies Listed In The Below Schedule:
when Required, Vendor To Prepare Replacement Plants And Soil Containers Offsite Since There Is No Laydown Yard Or External Space For The Vendor S/offeror S/bidder S Equipment, Transportation, And Materials. Vendor Can Park In Loading Zones Temporarily To Unload.
vendor Requirements:
a. Vendor Must Have Access / Use A Proper Acclimation / Conditions Commercial Greenhouse Or Shade-house.
b. Vendor Will Not Use Warehouse Facilities For Plant Storage.
c. Vendor Must Carry General Liability Insurance Policy To Cover Potential Property Damage Or Bodily Injuries That Result From Their Service Operations At The Main Facility Building At Va Loma Linda.
d. Vendor Must Have Knowledge Of Pest Control Issues And Be Able To Present Issues To Point Of Contact For Onsite Pest Control Service To Address.
e. Vendor S Employees Must Always Wear A Company Uniform When On Veterans Affairs Property. Uniform To Be Professional In Appearance Which Is Free From Wear And Tear.
f. Vendor Vehicles Must Park In Designated Areas Only. Loading Zones For Loading And Unloading Only. Large Commercial Vehicles Can Park In Warehouse Loading Dock Area On East Entrance To Main Facility.
g. Vendor Must Follow All Veterans Affairs Background Check Requirements As Necessary.
h. Vendors Must Adhere To All Veterans Affairs Rules And Regulations Including Being Smoke Free. I. Vendors To Limit Interaction With Patients, Visitors, And Employees, And Always Refer To Cor Or Poc For Instructions On Matters Concerning This Contract.
j. Vendors Are To Respect Patient Privacy, Facility Safety, And Infection Control Practices At All Times.
k. Vendors Are Never To Interfere With Or Disrupt Medical Center Operations.
l. Vendors Are To Have Experience In Commercial Accounts In Similar Size And Scope Providing References Of Those Accounts.
m. Vendors Must Be Able To Respond To Urgent Service Needs Within 72 Hours.
n. Any Damage Of Plants And/or Containers Is The Vendor S Liability And Must Be Replaced Within Five Business Days.
o. All Plant Containers Shall Be Pre-approved By The Poc Or Cor Via Submittal Prior To Location Placement.
scope Of Services
A. Recurring Maintenance And Watering Of Plants (see Above Schedule For Frequency).
B. Hand Watering When Needed For Proper Growth Of The Plant.
C. Pruning Of Brown, Wilted, And Dead Leaves When Required.
D. Removal And Disposal Off-site Of Plants And Containers As Needed.
E. Dusting Of Plant Material Weekly.
F. Detailed Cleaning Of Containers On A Weekly Basis.
G. Fertilization Four (4) Times Per Year With An All-purpose Liquid 20-20-20 Fertilizer.
H. Insect And Disease Control Needed To Be Identified Weekly And Directed To Point Of Contact.
i. Every 2 Years, Vendor To Perform Soil Change, Rearrangement Of Plants On The Wall To Show Patterns And Checking, And Changing The Drip Emitters And Drip Tubing (thin Black Tubing Called Spaghetti Tubing)
j. Gradual Replacement Of Potting Soil For The Plants As Water Leaches Them Every Time
k. Patching The Open End Of The Container Bag Holding The Soil With Weed Cloth, To Prevent Soil Drop Between Waterings.
L. Camouflaging Of Grow Pots With Moss To Present A Neat, Decorative Appearance At All Times.
M. Water Must Be Sourced Locally.
N. Transportation Of Water Throughout The Buildings Must Be In Enclosed Fiberglass Pressurized Water Tanks.
O. No Buckets And / Or Hoses Are Permitted Inside Any Building For Watering Interior Plants.
P. All Plants Must Meet California Standards For Indoor Air Quality And Exposure.
Q. All Plant Sizes Installed As Stated Below In Section Iv.
R. All Plant Replacements Are At The Expense Of The Vendor And To Take Place When The Plants Decline No More Than 30% Of Their Foliage From The Time Of Install.
s. Vendor Assumes All Liability During Installation And Maintenance Of Plants To Not Harm Or Damage The Surrounding Physical Environment.
locations Of Plants And Containers
location Of Plants Is Detailed By Item In Map Attachment. See Below For List Of Plant And Container By Location.
please Note That While Most Plants Including The Hydroponic Green Wall System Are Located In The Main Lobby On The First Floor, Some Plants Are Located In The Library Courtyard Or Cafeteria Courtyard On The 2nd Floor.
existing Hydroponic Green Wall System (indicated As #14 And 15 On Plan Diagram) Is 276 W X 120 H And Consists Of 560 Individual Plants In Soil Containers As Shown In The Picture At The Bottom.
Closing Date13 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Sources Sought Notice
salisbury, Md Readjustment Counseling Center
rli 36c24525q0243
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 3041 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Salisbury, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In Www.vip.vetbiz.gov As Either Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Va.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 05 – 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405
description: The Va Seeks To Lease Approximately 3041 (aboa), Or 2534 Net Useable Square Feet (nusf) Square Feet (sf) Of Office Space And 22 Parking Spaces For Use By The Va As A Mental Health Rural Outreach Clinic In The Delineated Area Explained Below Within The Salisbury, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
lease Term: Not To Exceed 20 Years.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Rt 50
east: Rt 13 Bypass
south: Tonytank Pond To Tonytank Creek To Colburn Millpond To Tonytank Creek
west: Wicomico River
see The Below Delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements:
(1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered.
(2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible.
(3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
(4) Offered Space Cannot Be In The Fema 100-year Flood Plain.
(5) Offered Space Must Be Zoned For The Va’s Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
(7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas.
(8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
(9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department.
(10) It Is Preferred That Offered Space Be Near Public Transportation.
(11) 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 Request For Proposals.
(12) A Fully Serviced Lease Is Required.
all Submissions Should Include The Following Information:
(1) Name Of Current Owner.
(2) Address Or Described Location Of Building.
(3) Location On Map Demonstrating The Building Lies Within The Delineated Area.
(4) Description Of The Uses Of Adjacent Properties.
(5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes.
(6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
(7) Site Plan Depicting The Property Boundaries, Building, And Parking.
(8) Floor Plan, Aboa, And Rsf Of Proposed Space.
(9) If You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120
lessors Of Nonresidential Buildings With A Small Business Size Standard Of $41.5 Million, Please Read The Below Attachment, Entitled, “vosb Or Sdvosb Status”. You Are Invited, But Not Required, To Submit A Capabilities Statement.
(10) A Document Indicating The Type Of Zoning
(11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va’s Intended Use.
(12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
all Interested Parties Must Respond To This Advertisement No Later Than May 24, 2023, At 12 P.m. Local Time.
e-mail Responses To: Tammy.buckwalter@va.gov
attachment - Vosb Or Sdvosb Status
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.
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 The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
va Makes Monthly 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.
project Requirements: This Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va’s Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp
sdvosb And Vosb 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 Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm’s Capabilities Statement.
capabilities Statement: (1) Company Name, Address, Point Of Contact, Phone Number, Dunn & Bradstreet 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 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) And; (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
salisbury, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________
dunn And 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 Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company’s Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Rsf) (3-page Limit).
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)
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Sources Sought Notice
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 4184 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Prince George S County, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In Www.vip.vetbiz.gov As Either Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Va.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 05 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405
description: The Va Seeks To Lease Approximately 4184 Aboa (nusf) Square Feet (sf) Of Office Space And 20 Parking Spaces For Use By The Va As Clinical Space In The Delineated Area Explained Below Within The Prince George S County, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
lease Term: Not To Exceed 20 Years.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Rt 214
east: Rt 4 South Maryland Blvd
south: Rt 234
west: Potomac
additional Requirements:
(1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered.
(2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible.
(3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
(4) Offered Space Cannot Be In The Fema 100-year Flood Plain.
(5) Offered Space Must Be Zoned For The Va S Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
(7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas.
(8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
(9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department.
(10) It Is Preferred That Offered Space Be Near Public Transportation.
(11) 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 Request For Proposals.
(12) A Fully Serviced Lease Is Required.
all Submissions Should Include The Following Information:
(1) Name Of Current Owner.
(2) Address Or Described Location Of Building.
(3) Location On Map Demonstrating The Building Lies Within The Delineated Area.
(4) Description Of The Uses Of Adjacent Properties.
(5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes.
(6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
(7) Site Plan Depicting The Property Boundaries, Building, And Parking.
(8) Floor Plan, Aboa, And Rsf Of Proposed Space.
(9) If You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120
lessors Of Nonresidential Buildings With A Small Business Size Standard Of $41.5 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required, To Submit A Capabilities Statement.
(10) A Document Indicating The Type Of Zoning
(11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
(12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 12:00 P.m. Local Time.
e-mail Responses To: David.parker3@va.gov
attachment - Vosb Or Sdvosb Status
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.
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 The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
va Makes Monthly 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.
project Requirements: This Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp
sdvosb And Vosb 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 Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement: (1) Company Name, Address, Point Of Contact, Phone Number, Dunn & Bradstreet 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 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) And; (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
prince George S County, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________
dunn And 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 Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Rsf) (3-page Limit).
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)
Closing Date10 Jan 2025
Tender AmountRefer Documents
6901-6910 of 8662 archived Tenders