Akron Community Resource Referral Center Sources Sought
PRESOLICITATION NOTICE
36C25025Q0640
The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for approximately 6,567 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF)
of Clinical Space in Akron, OH
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 source 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 responsibility to respond to and is unable to answer any inquiries regarding this advertisement. 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 (NCO) 10, 6100 Oaktree Blvd, 4th FL Independence, OH 44131.
Description: The VA seeks to lease approximately 6567 ABOA square feet (SF) of clinical space and 50 surface parking spaces for use by the VA as a Community Resource Referral Center (CRRC) in the delineated area explained below within the Akron, Ohio area. VA will consider space located in an existing building but prefer single occupancy as well as new construction or building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only.
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:
Bounded on the North: Furnace Street; North Street Bounded on the East: OH-8
Bounded on the South: Exchange Street
Bounded on the West: Martin Luther King Blvd; Howard Street
Additional Requirements:
- Space offered must be zoned and meet the Government’s requirements for the intended use.
- The following space configurations will not be considered: Extremely long or narrow runs of space (more than twice as long as wide), irregular shaped space configurations or other unusual building features adversely affecting usage.
- Offered space must be contained on the first floor in one contiguous space.
- Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than (20’) feet.
- Offered space cannot be in the FEMA 100-year flood plain.
- Offered space will not be considered if located, in close proximity to 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.
- Space will not be considered where apartment space or living quarters are located within the same building.
- Offered space must be located in close proximity to amenities including but not limited to restaurants, food service, Credit Union, banks, and shopping.
- Offered space must be located in close proximity to mass transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.
- Offered space must be easily accessible to multiple highways which provide multiple routes of travel.
- 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.
- A fully serviced lease is required.
All submissions should include the following information:
-
- Name of current owner.
- Address, floorplan, ABOA and RSF (rentable square feet), and pictures of offered space.
- Location on map demonstrating the building lies within the Delineated Area.
- Description of ingress/egress to the building from a public right-of-way.
- A statement as to whether the building lies within the Delineated Area.
- Description of the uses of adjacent properties.
- FEMA map evidencing floodplain status.
- A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes.
- A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.
- Site plan depicting the property boundaries, building, and parking.
- 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.
- A document indicating the type of zoning and that VA’s intended use is permissible for the proposed space.
- 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 June 30, 2025, at 1:00pm local time.
Email Responses to Michelle McGhee, Lease Contracting Specialist, Michelle.McGhee2@va.gov and Brian W. Walton, Leasing Contracting Officer, Brian.Walton@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 $34 million. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127.
The magnitude of the anticipated construction/buildout for this project is:
__ (a) Less than $25,000;
__ (b) Between $25,000 and $100,000;
__ (c) Between $100,000 and $250,000;
__ (d) Between $250,000 and $500,000;
__ (e) Between $500,000 and $1,000,000;
__ (f) Between $1,000,000 and $2,000,000;
X (g) Between $2,000,000 and $5,000,000;
__ (h) Between $5,000,000 and $10,000,000;
__ (i) Between $10,000,000 and $20,000,000;
__ (j) Between $20,000,000 and $50,000,000;
__ (k) Between $50,000,000 and $100,000,000;
__ (l) More than $100,000,000.
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 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 twenty (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://veterans.certify.sba.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 sheets are 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, Experian Business Identification Number, and e-mail address;
2. Evidence of SDVOSB or VOSB status through registration at VetCert - https://veterans.certify.sba.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);
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 attachment focuses on SDVOSB and VOSB, we encourage all interested parties to respond for market research purposes.