Description
Page 2 of 2 EXPRESSION OF INTEREST San Diego, CA The U.S. Department of Veterans Affairs Seeks Expressions of Interest for approximately 44,000 American National Standards
Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) yielding approximately 52,800 Rentable Square Feet (RSF) of Research & Development space in the
area of San Diego, CA. 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 or 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: Anntwinette Dupree United States Department of
Veterans Affairs (VA) Office of Construction & Facilities Management Description: VA seeks to lease approximately 44,000 ABOA SF/approximately 52,800 RSF of space and 100 parking
spaces for use by VA as a Research & Development Facility in the delineated area explained below within San Diego. VA will consider leased space located in an existing building as
well as land for new construction for a build-to-suit lease option. Lease Term: Up to twenty 20 years firm term. 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: At the intersection of North Torrey
Pines Road and Carmel Valley Road, proceed east on Carmel Valley Road until its intersection with Interstate 5. East: Proceed south on I-5 until its intersection with Interstate 805.
Proceed south on I-805 until its intersection with Lusk Boulevard. Proceed east on Lusk Boulevard until its intersection with Mira Mesa Boulevard. Proceed west on Mira Mesa Boulevard
until its intersection with I-805. Proceed south on I-805 until its intersection with State Route 52. South: Proceed west on SR 52 until its intersection with I-5 and La Jolla Parkway.
Proceed west on La Jolla Parkway until its intersection with Torrey Pine Road. West: Proceed north on Torrey Pines Road and continue onto North Torrey Pines Road until its intersection
with Carmel Valley Road. Additional Requirements: Offered space must be contiguous and located on no more than two floors. Bifurcated sites, inclusive of parking, are not permissible. The
following space configurations will not be considered:Â Space with atriums or other areas interrupting contiguous space, irregularly shaped space configurations or other unusual building
features adversely affecting usage. Offered space cannot be in the FEMA 1-percent-annual chance flood plain. Offered space must be zoned for VA s intended use or proof that it can be
properly zoned by the time initial offers are due, is required. Space will not be considered where apartment space or other living quarters are located within the same 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 be compatible for VA s intended use. Offered space must be located in close proximity to amenities
including but not limited to restaurants, pharmacies, and shopping. To be considered for the Market Survey, all EOI submissions must include the following information, if applicable, by
the EOI Due Date described below: 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 or address/described location of the land and tax parcel; 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; 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 documentation if available showing any environmental and/or cultural/historic studies that have been done on the
property (e.g., Phase I or II ESAs, NEPA environmental assessments, architectural 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 the following: Evidence that
the SDVOSB or VOSB entity of the Joint Venture is certified as a legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV
legal name, the CAGE code identified for the JV, and evidence of SAM registration representing that the entity type is designated as a JV. If you do not meet these 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. Â
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 4:00 p.m. Eastern Time on August 26, 2024. EOI Submission
Format: All submissions shall be sent via email to the following: Anntwinette Dupree, VA Lease Contracting Officer (Anntwinette.dupree-hart@va.gov) Brad Ruther, Veterans Commercial Real
Estate (bruther@vcre.us) Julie Rayfield, Savills (jrayfield@savills.us) Shane Poppen (spoppen@savills.us) Market Survey: The estimated Market Survey date is September 12, 2024. 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: _x_ (j) Between $20,000,000 and $50,000,000; 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 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 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: 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. If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide the following: Evidence that the SDVOSB or VOSB entity
of the Joint Venture is certified as a legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV legal name, the CAGE code
identified for the JV, and evidence of SAM registration representing the entity type is designated as a JV. Â 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://veterans.certify.sba.gov) notwithstanding any applicable grace period that allows a former CVE. 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; 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 life sciences research and development facilities relevant to a VA project for 44,000 ABOA SF (4-page limit); and Example for Similar Size, Scope, and Complexity: Details of
structural systems and coordination of the building with multiple stories, specialized foundations, and even possibly progressive collapse avoidance. Mechanical and electrical systems in
relationship to similar characteristic in size. Facility tiers of complexity: Wet lab space with a multitude of lab spaces and administrative spaces. Wet lab space meeting level 2 or
greater Biosafety Level (BSL) and NIH Design Requirements Manual. Veterinary Medical Unit (VMU) departments with significantly more complex requirements for building infrastructure.
Special requirements of departments for mechanical requirements. Experience in the firm term maintenance of all of these spaces. Maintaining the HVAC system of a sterile processing
department to continue to have appropriate pressurization throughout the firm term life of the lease. 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 for a VA project in the amount of 44,000 ABOA SF. (Note: You must provide contact information for
verification of financing.) 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 is attached. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET San Diego Research & Development Facility Company name: Company address: Experian
Business Identification Number (BIN): 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 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 that the SDVOSB or VOSB entity of the Joint Venture is certified as a
legal SDVOSB or VOSB entity, your JV Agreement including proper provisions, a Unique Entity Identifier (UEI) in the JV legal name, the CAGE code identified for the JV, and evidence of SAM
registration representing that the entity type is designated as a 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 life science research and development
facilities relevant to this VA project for 44,000ABOA 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 for a VA project in the amount of 44,000 ABOA SF. (Note: You must provide contact information for verification of financing.) If
desired, the company may also submit a narrative describing its capability, not to exceed three (3) pages. Submitted By: ____________________________________ (Print Name and Title)
____________________________________ (Signature)