EXPRESSION OF INTEREST Honolulu, HI VA Ambulatory Care Clinic (ACC) Annex 36C24W25R0073 The U.S. Department of Veterans Affairs Seeks Expressions of Interest for approximately 19,900 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) of Space for an ACC Annex in the area of Honolulu, HI. 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 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 Melinda Thome Lease Contracting Officer Regional Procurement Office West U.S. Department of Veterans Affairs Hilo, HI 96720 Description VA seeks to lease approximately 19,900 ANSI/BOMA (ABOA) Square Feet of space and sixty (60) onsite parking spaces for use by VA as an Ambulatory Care Clinic (ACC) Annex in the delineated area explained below within Honolulu, HI. VA will consider leased space located in an existing building. Lease Term: Up to 20-years firm. VA reserves the right to request other lease structures and may request multiple lease structures. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads; properties fronting any of the following boundary lines will also be considered: North Boundary: Moanalua Road East Boundary: Laulima Street South Boundary: Kamehameha Hwy (99) West Boundary: Kuala Street The map of the delineated area is provided for further clarification of the boundaries of the delineated area: Additional Requirements: Offered space must be located on one contiguous floor. Bifurcated sites, inclusive of parking, are not permissible. The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, 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. Offered space cannot be in the FEMA 100-year flood plain. Offered space must be zoned for VA s intended use by the time initial offers are due. Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be located in close proximity to amenities including but not limited to restaurants, pharmacies, and shopping. Offered space must be located in close proximity to public transportation. A bus or commuter rail stop shall be located within the vicinity of the building. Loading dock or loading area is required. Freight elevator required if loading area is on a different level than the offered space. Parking lot must be able to accommodate deliveries by trucks with trailers. Structured parking under the space is not permissible. 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 may be required. Offered space must be compatible for VA s intended use. All submissions should include the following information: Property owner or owner representative contact information (name, phone, and email); Evidence the owner representative has the authority to represent the property owner; Building address; Provide the location on a map, demonstrating the building or land lies within the delineated area; Description of ingress/egress to the building or land from a public right-of-way; Description of the uses of adjacent properties; FEMA map providing evidence of floodplain status; Evidence of seismic compliance or willingness to upgrade; Evidence of ABBAS compliance or willingness to upgrade; Evidence of fire and life safety compliance or willingness to upgrade; Evidence of sustainability standards or willingness to upgrade; A narrative and map describing proximity of the building or land to the nearest public transportation 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, parking, and amenities; Floor plan showing the floor(s) and ABOA SF of proposed space; A description of any changes to the property necessary to be compatible with VA s intended use; A statement indicating the current availability of utilities serving the proposed space or property; and Provide a statement and supporting documentations if available showing any environmental and/or cultural/historic studies have been done on the property (e.g., Phase I or II ESAs, NEPA environmental assessments, or archaeological surveys). Set Aside Determination Information: If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with the associated small business size standard, you must meet the requirements outlined in the attachment, entitled, SDVOSB, VOSB, or JV Status and submit the required information for a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide evidence of verification in the attachment entitled SDVOSB, VOSB Or JV Status of the Joint Venture s certification status as a legal SDVOSB entity and a copy of your Joint Venture agreement (a UEI number in the JV name, CAGE number identified for the JV, and proper JV agreement in place). If you do not meet the JV requirements, as put forth by the Small Business Association (SBA) and new Code of Federal Regulations (CFR) at the time of EOI due date, your submission will be considered incomplete and not considered. The Joint Venture (controlling entity) must be able to clearly show they are capable based upon past performance on a project of similar size, scope completed, and complexity. EOI Due Date: All interested parties must respond to this announcement and provide the submissions for consideration no later than 5:00 pm HST on April 30, 2025. EOI Submission Format: All submissions shall be sent via email to Melinda Thome at Melinda.Thome@va.gov, Lease Contracting Officer and Teddy Seifert at tseifert@ppwashdc.com, VA Broker Contractor. Market Survey: The estimated Market Survey date is May 2025. Attachment SDVOSB, VOSB or JV Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard. 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: __ (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; __ (g) Between $2,000,000 and $5,000,000; _x_ (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. 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. Project Requirements: ORP 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 solicitations and expression of interest/sources advertisements, that are made public information via Contract Opportunities on www.SAM.gov. 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 through SBA s Veteran Small Business Certification (VetCert) 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 sheet are provided below for firms to complete 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, e-mail address, and an organizational chart showing the ownership percent for each individual of the SDVOSB or VOSB firm. 2. If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide evidence verification of the Joint Venture s certification status as a legal SDVOSB entity and a copy of your Joint Venture agreement (a UEI number in the JV name, CAGE number identified for the JV, and proper JV agreement in place). 3. If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with the small business size standard, you must meet the requirements out lined in accordance with SBA and any applicable grace period allowable under the new SBA regulations. SBA has assumed control over the SDVOSB and VOSB certification process. Contractors seeking SDVOSB or VOSB verification must be registered on SBA s website (https://veteranscertify.dba.gov) notwithstanding any applicable grace period that allows a former CVE. 4. If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 provide evidence of ability to offer as a small business in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system; 5. A detailed summary describing at least two (2) projects of similar size, scope completed, and complexity in the past seven (7) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to a VA project for 19,900 ABOA SF (4-page limit); and Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. 6. Evidence of capability to obtain financing (for a project of this size in current market conditions) dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Honolulu, HI Ambulatory Care Clinic (ACC) Company name: Company address: Experian Business Identification Number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Company name, address, point of contact, phone number, Experian Business Identification Number, e-mail address, and organizational chart; 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; Evidence of SDVOSB or VOSB registration status through SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/; To be considered a JV, please attach evidence verification of the Joint Venture s certification status as a legal SDVOSB entity and a copy of your Joint Venture agreement (a UEI number in the JV name, and CAGE number identified for the JV). Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system; A summary describing at least two (2) projects of similar size and scope completed in the past seven (7) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to a VA project for 19,900 ABOA SF. (4-page limit); and Evidence of capability to obtain financing (for a project of this size in current market conditions dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. Submitted By: ____________________________________ (Signature) _____________________________________________ (Print Name, Title)