Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

X--Parking Lot Lease

Expired
VA24915N0500Federal
General Info

Agency

N/A

NAICS

531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)

View NAICS

Place of Performance

Not specified

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyN/A
ContactsNo contacts available
OfficeN/A
Organization / Agency
N/A
Office Address

N/A

Contacts

No contact information available

Full Description
Show more
Sources Sought Additional Parking Spaces to Support the Louisville, KY VAMC. THERE IS NO SOLICITATION AT THIS TIME. This request is information only and does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information. The Louisville Veteran Affairs Medical Center is issuing this sources sought synopsis as a means of conducting market research to identify parties that may have an interest in and the resources to provide 99 parking spaces. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 531120. The parking spaces must be available no later than September 30, 2015. a. The contractor shall provide parking spaces within a two mile radius via direct line of site of the Medical Center at 800 Zorn Ave., Louisville, KY 40206. DELINEATED AREA: Parking spaces within or fronting on the following boundaries: North- I-71 along the Ohio River South- I-64 until it meets I-265 East- I-265 until it meets I-71 / I-65 Intersection West- Intersection of I-71 and I-64 b. A paved lot with 99 parking spaces (9 ft. x 12 ft.); with driving lanes is required. c. Access to parking spaces must be available for use Monday through Friday - 6:00am to 7:00pm EST; also a total of 25 Parking spaces must be available for continuous use 24 hours per day, 365 days per year. No Handicapped spaces are required. d. The parking area shall be paved and must be striped, with security lighting and monitoring. Parking area must be maintained in good condition. Snow plowing and de-icing shall be performed so that snow/ice will not interfere with entering/parking/egress of people and vehicles. The Lessor shall make monthly inspections of lot condition and repairs as needed. If your organization has the potential capacity to perform administrative support for the parking services, please provide the following information: (1) A complete and current record of your SAMS registration ( formally CCR), which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization, small business type (if any), etc.; (2) Address and location of the parking lot. (3) Ownership information. (4) Number of parking spaces available for lease. (5) Date of parking spaces availability. The Network Contract Office requests that potential sources only submit the minimum information necessary and no more than two (2) pages. The SAMS record does not count toward the 2 page minimum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions, however, the Network Contract Office may contact sources to gather additional information if required. Submission Instructions: Interested parties, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM (CDT) May 31, 2015. All responses under this Sources Sought Notice must be emailed to: Rebecca.conley@va.gov. If you have any questions concerning this opportunity please contact Rebecca.conley@va.gov Contracting Office Address: Network Contract Office (NCO 9) 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 Place of Performance: Veteran Affairs Medical Center 800 Zorn Ave Louisville, KY 40206-1433

Similar Contracts

NAICS: 531120
New
Federal

Lease of Office Space in Long Island, New York - Request for Lease Proposals (RLP) #25REG02 - Office Space

The U.S. Government, through the General Services Administration, is soliciting competitive lease proposals for office space in the Western Long Island area of New York, specifically within a delineated area bounded by Route 25A to the north, Route 110 to the east, Route 27 to the south, and Cross Island Parkway/Belt Parkway to the west. The lease seeks a minimum of 5,421 ABOA (Area BOMA Office Area) square feet and a maximum of 5,692 ABOA SF, with parking accommodated for 7 official government vehicles. The lease term is set for 15 years with 13 years firm, and an amortization term of 8 years applies to tenant improvements and building-specific amortized capital. The government requires the space to be contiguous if possible, but may consider two blocks within the same building if contiguous space is unavailable. The layout demands dedicated office and support spaces, including private offices, open workstations, reception, conference rooms, and specialized rooms such as evidence and weapons storage, as well as a server room with 24/7 cooling. The Government prefers move-in ready, second-generation office space requiring minimal tenant improvements to support a strict post-award construction schedule. The tenant improvement allowance is $63.67 per ABOA SF with an additional $12.00 per ABOA SF allocated for building-specific amortized capital. Proximity to public transit within a half-mile is required. Proposed spaces may include existing furniture at no extra cost, but this is optional and subject to government inspection. Offers will be submitted via the GSA Leasing Portal, and lease awards will be made to the lowest-priced, technically acceptable proposals without negotiations. Offerors must include a Post Award Schedule Feasibility Narrative, floor plans, photos, and proof of ownership or authorization, demonstrating their ability to meet the post-award schedule. The deadline for submissions is April 7, 2026, by 8:30 PM EST. Compliance with applicable codes, including fire safety, accessibility, and telecommunications restrictions per Section 889 of the NDAA, is mandatory, and subleases will not be accepted.

Pbs R2 Office Of Leasing

POSTED

1 day ago

DEADLINE

in 22 days

View Details
NAICS: 531120
New
Federal

USDA Albany KY Lease Renewal - Intent to Sole Source

The U.S. Department of Agriculture (USDA) intends to exercise a 5-year renewal option to continue leasing office space in Albany, Kentucky, with the current lease set to expire on February 28, 2026. The USDA requires a minimum and maximum rentable office area of 2,901 ABOA square feet (up to 3,025 RSF), located within the city limits of Albany. The leased space must be contiguous and situated on a single floor, with occupancy commencing no later than March 1, 2026. Parking requirements include one reserved space and ten non-reserved spaces. The lease term is five years with no firm term and allows for termination rights with 120 days’ notice. Subleasing is not permitted, and the space must comply with fire safety, accessibility, seismic safety, and sustainability standards, as well as not be located in a 1-percent-annual chance floodplain. The USDA is open to considering alternative premises if economically advantageous, taking into account factors such as relocation costs and operational downtime. Interested parties must submit Expressions of Interest by April 1, 2026, including detailed building information, floor plans, parking availability, compliance with required standards, and ownership authorization if the offeror is not the owner. Prospective landlords are advised to register in SAM.gov prior to submitting offers. In addition, respondents should be aware of telecommunications restrictions under Section 889 of the FY19 NDAA and Federal Acquisition Regulation guidance. The primary point of contact is Shannon Schoening, Lease Contracting Officer, reachable by email or phone, with written authorization required for agents representing the property owner.

Fpac Bus Cntr-mgmt Svs Division

POSTED

4 days ago

DEADLINE

in 27 days

View Details