Skip to main content

An official website of the United States government

You have 2 new alerts

R799--Roseburg Enhanced Use Lease

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jun 29, 2022 02:46 pm EDT
  • Original Date Offers Due: Sep 29, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R799 - SUPPORT- MANAGEMENT: OTHER
  • NAICS Code:
    • 531390 - Other Activities Related to Real Estate
  • Place of Performance:
    TBD ,
    USA

Description

Department of Veterans Affairs RFQ NO. [36C77622Q0259] DRAFT TEMPLATE 2 U.S. DEPARTMENT OF VETERANS AFFAIRS REQUEST FOR QUALIFICATIONS (RFQ) No. [36C77622Q0259] ROSEBURG VA HEALTHCARE SYSTEM ENHANCED-USE LEASE DEVELOPMENT PROJECT ROSEBURG, OREGON [6-29-2022] DATE AND TIME RESPONSES DUE: 9-29-2022, 5:00 PM ET RFQ QUESTIONS DUE: 8-11-2022, 5:00 PM ET SITE VISIT SCHEDULE: SEE ATTACHMENT D 2 DISCLAIMER The information presented in this Request for Qualifications and all supplements, revisions, modifications, updates, and addenda thereto (collectively, the RFQ), including (without limitation) narrative descriptions and information, is not represented to be all of the information that may be material to an Offeror s decision to submit a response to this RFQ or to finance, design, develop, renovate, construct, operate, and maintain supportive housing on a portion of the United States Department of Veterans Affairs (VA) campus named in RFQ Attachments B and C. Neither the VA, nor any of its contractors, subcontractors, officers, employees, counsel, advisors, or agents make any representation or warranty, whether express, implied, or created by operation of law, as to the accuracy or completeness of this RFQ or any of its contents or materials referred to or provided pursuant to or in connection with this RFQ, and no legal liability with respect thereto is assumed or may be implied. Any information or site description is merely provided to assist Offerors in their independent analysis of the decision to submit a response. The transactions contemplated by this RFQ involve significant risks. Offerors and their advisors should review carefully all the information set forth in the RFQ and any additional information available to them to evaluate such risks. No additional representation or warranty, whether express, implied, or created by operation of law, will be made by VA. No person has been authorized to make or give on behalf of VA any other written or oral representation, warranty or assurance with respect to the project or the accuracy or completeness of the information provided in this RFQ or otherwise and, if any such representation, warranty, or assurance is made or given, it may not be relied upon by any Offeror as having been made by or on behalf of VA, and VA shall not have any liability for or with respect to such statements. Table of Contents 1. INTRODUCTION 1 1.1 Supportive Housing Definition 1 1.2 Authority to Outlease 1 1.3 RFQ Terms and Condition Acceptance 1 2. PROPOSED DEVELOPMENT OF EUL SITE 3 2.1 Overview of RFQ Structure 3 2.2 Location and Description of EUL Site 3 2.3 Development Considerations 3 2.3.1 National Historic Preservation Act 3 2.3.2 National Environmental Policy Act and Other Environmental Considerations 3 2.3.3 Infrastructure 4 2.3.4 Legal Considerations 4 2.3.5 Prevailing Wages 5 2.3.6 Handicap Accessibility 5 2.3.7 EUL Statutory Requirements 5 2.3.8 VA s Goals and Objectives 6 2.3.9 Other Considerations 6 3. POST-SELECTION 8 4. CONTENTS AND PROCESS FOR SUBMISSION OF RESPONSES 9 4.1 Submission of Responses 9 4.1.1 Time and Date of Submission 9 4.1.2 Place and Manner of Submission 9 4.2 Changes to Offeror Team Composition Post-Selection 10 4.3 Response Content 10 Cover Letter with Background and Administrative Information 11 Section 1: Development and Operations Concept 13 Section 2: Development Team Qualifications, Experience, and Past Performance 15 Section 3: Property Management and Supportive Services Qualifications, Experience, and Past Performance 17 5. EVALUATION CRITERIA 19 5.1 Initial Review 19 5.2 Formal Presentations 19 5.3 Selection Process 19 5.4 Selection Timeline 19 5.5 Evaluation Factors 19 Factor 1: Development and Operations Concept 19 Factor 2: Development Team Qualifications, Experience, and Past Performance 20 Factor 3: Property Management and Supportive Services Qualifications, Experience, and Past Performance 21 6. MISCELLANEOUS TERMS AND CONDITIONS APPLICABLE TO THIS RFQ 23 6.1 Authorizations by Submission of Response 23 6.2 Teaming Arrangements and Special Purpose Entities 23 6.3 Hold Harmless 23 7. INELIGIBILITY 24 8. See Attachment 1 for all attachments ATTACHMENT A EUL STATUTE ATTACHMENT B EUL SITE MAP ATTACHMENT C EUL SITE INFORMATION ATTACHMENT D INFORMATION ON SITE TOURS ATTACHMENT E POST-SELECTION PROJECT PLANS INTRODUCTION The United States Department of Veterans Affairs (VA), under its Enhanced-Use Lease (EUL) authority (38 U.S.C. §§ 8161 to 8169), is pleased to issue this Request for Qualifications (RFQ), seeking competitive responses from qualified organizations (Offerors) to redevelop into supportive housing the property, described in Attachments B and C, at the Roseburg VA Healthcare System- Roseburg (Roseburg VAMC), referred to throughout this RFQ as the EUL Site . Supportive Housing Definition Supportive housing, as defined by VA s EUL statute (see RFQ Attachment A), means housing that engages tenants in on-site and community-based support services for Veterans or their families that are at risk of homelessness or are homeless. Such term may include the following: Transitional Housing Single-room occupancy Permanent housing Congregate living housing Independent living housing Assisted living housing Other modalities of housing Authority to Outlease Per VA s EUL statute (see RFQ Attachment A), VA is authorized to outlease land and improvements to non-Federal entities that provide supportive housing and on-site community-based support services to homeless and at-risk Veterans and their families. Such leases can have a term of up to seventy-five (75) years. VA s Office of Asset Enterprise Management (OAEM) administers the EUL Program. The selected Offeror under the EUL will be responsible for financing, designing, developing, renovating, constructing, operating, and maintaining the EUL Site in accordance with detailed project plans approved by VA ( Project Plans ) and applicable Federal, state, and local laws, codes, ordinances, and regulations. VA envisions that development of the EUL Site will entail well-planned and coordinated endeavors, which are compatible with the campuses ongoing mission-related activities and the surrounding non-VA community. Pursuant to 38 U.S.C. §8163, VA conducted a Public Hearing on the redevelopment of this proposed EUL for supportive housing and selection of a developer on March 23, 2022, at 5:00pm EST. RFQ Terms and Condition Acceptance By submitting a response, each Offeror accepts all the terms and conditions set forth in this RFQ, and its Attachments. Any conflict (whether actual or perceived) between any resulting agreements, this RFQ, or provision therein shall be resolved at and in accordance with VA s sole and absolute discretion, notwithstanding any provisions of the Disclaimer indicating otherwise, which is included and made part of this RFQ, and any other document. VA reserves the right, at any time, without notice, at its sole and absolute discretion, to: (a) reject any or all responses; (b) extend any deadline set forth in this RFQ; and, (c) terminate the RFQ process, in whole or in part. PROPOSED DEVELOPMENT OF EUL SITE Overview of RFQ Structure Through this RFQ, VA is presenting an opportunity for redevelopment. Offerors may submit a single response to this RFQ to develop the EUL Site referenced in RFQ Attachments B and C. See Sections 4 and 5 of this RFQ for required response content and evaluation criteria. Location and Description of EUL Site The intent of this RFQ is to outline the requirements for the selection of an Offeror to create a safe, quality, affordable, supportive assisted living housing community for at-risk of homeless Veterans and their families (65 years and older), at the Roseburg VA Healthcare System Roseburg in Roseburg, Oregon. RFQ Attachment B contains a map of the EUL Site and Attachment C contains additional information regarding the location, background information, and description of the subject EUL Site. RFQ Attachment D includes directions on how to participate in the in-person tours of the EUL Site. Development Considerations In deciding whether to submit a response to develop the EUL Site, Offerors should consider certain factors. National Historic Preservation Act Prior to entering into an EUL with VA, the selected Offeror shall work with VA to fulfill the requirements of the National Historic Preservation Act, 54 U.S.C. §§ 300101, et seq. (NHPA) in conjunction with the development and finalization of the proposed Development Plans. Section 106 of NHPA, 54 U.S.C. §§ 306108, requires the consideration of the effects of the project on historic properties listed or eligible for listing in the National Historic Register and provides representatives of the state and local governments, tribes, and other interested consulting parties sufficient opportunity to comment on the development plans prior to execution of the EUL. Section 106 of the NHPA also requires the seeking of ways to avoid, minimize, or mitigate adverse effects (e.g., demolition) that the development plans might have on any historic properties during the execution stage of the EUL. Completion of this effort will be accomplished by VA. VA will act in concert with the selected Offeror when necessary, in the accomplishment of historical compliance. For guidelines related to historic preservation requirements, visit https://www.achp.gov/protecting-historic-properties or http://www.cfm.va.gov/historic/. National Environmental Policy Act and Other Environmental Considerations The EUL and the project will be subject to all applicable Federal, State, and local environmental laws, codes, ordinances, and regulations, including but not limited to, the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), 42 U.S.C. §§ 9601-9675; the Resource Conservation and Recovery Act (RCRA), 42 U.S.C. §§ 6901, et seq; and the National Environmental Policy Act (NEPA), 42 U.S.C. §§ 4321-4347.  NEPA requires that Federal agencies, including VA, identify and evaluate the potential environmental impacts of a major Federal action (e.g., an EUL) on the human environment. VA will complete the NEPA analysis upon VA s selection of the Offeror. The selected Offeror will be required to provide development-specific information to support the analysis. The NEPA analysis must be completed by VA, prior to execution of the EUL. The selected Offeror will be responsible for complying with mitigation requirements of the NEPA analysis, if required. The selected Offeror shall comply with all applicable environmental laws and will be responsible for any required cleanup/remediation activities.  Additionally, the selected Offeror will be responsible for any necessary environmental studies, reports, site assessments, seismic, etc. that are needed to meet the selected Offeror s obligations.  Lastly, the selected Offeror will be responsible for complying with any regulatory requirements for the abatement and removal of any asbestos and/or lead-containing material. Infrastructure Any available information about infrastructure at the EUL Site is included in RFQ Attachment C. It is the responsibility of the selected Offeror to pay utility providers for all utilities through separate metering. It is the responsibility of the selected Offeror to bring in the necessary utility lines (water, sewer, gas, fiber optics, communication, cable, etc.) to operate the EUL. VA is not obligated to provide selected Offeror access to VA-owned utilities or resources. Legal Considerations Overview Offerors are responsible for conducting their own due diligence regarding the EUL Site including, without limitation, whether (a) the development of the EUL Site, as contemplated by the Response, can be accomplished in compliance with applicable Federal, state, and local requirements (including fire, life safety, accessibility, zoning, state and local building codes, and other local land use restrictions); (b) the condition of the EUL Site is suitable for the Offeror s contemplated use; (c) the necessary permits, variances, special exceptions and other governmental actions or approvals required for the contemplated developments can be reasonably obtained (at no cost or expense to VA); and (d) the contemplated use(s) is otherwise practical and economically feasible. Property is under concurrent jurisdiction. Prior to the execution of the lease agreement, the selected Offeror will need to have written agreements (e.g., Memorandum of Understanding regarding fire, police, and emergency services) in place including VA concurrence of these agreements. Taxes In accordance with the pertinent provisions of the EUL Statute (i.e., 38 U.S.C. § 8167), the selected Offeror during the EUL term will be subject to any and all applicable State and local taxes, fees, assessments, and special assessments legally chargeable to the EUL, the leasehold interest, and the underlying improvements. However, neither VA s interest in the EUL nor the United States fee interest in the underlying properties shall be subject, directly or indirectly, to any State or local laws relative to taxation, fees, assessments, or special assessments. Security The selected Offeror is responsible for providing security at the EUL Site and establishing a security plan that includes standard operating procedures during emergencies. As described further in Section 4 of the RFQ, Offerors shall include in their response an overview of the physical security and electronic monitoring that will be provided based upon the individual space requirements and tenant mix of the proposed EUL. It should be noted that it is the requirement of the selected Offeror to secure the EUL Site, 24 hours per day, seven days per week (24/7). Energy Conservation and Sustainable Design Requirements The VA Sustainable Design Manual () is the guidance that defines the methodology to incorporate sustainable design, including energy efficiency, in the EUL project. VA encourages Offerors to incorporate sustainability over and above the standards found in the current VA Sustainable Design Manual. In previous projects, some developers have proposed more aggressive energy efficiency and sustainability milestones that made their proposals, all other elements considered equal, more attractive.  To take advantage of existing sustainability work in the private sector that is well accepted in the construction industry, VA has determined that using a third-party rating system is the best method for fulfilling VA sustainable building requirements in the EUL project. Offerors may propose using the Leadership in Energy and Environmental Design (LEED®) rating system, the Green Globes® rating system, or an alternate rating system. VA requires that the project achieve at least LEED Silver, Two Green Globes, or an equivalent certification level by the alternate rating organization. Offerors proposing to use an alternate rating system must submit a memo to the VA Project Manager demonstrating that the alternate solution achieves an equivalent level of certification as LEED Silver, Two Green Globes, or both. Note: All alternate rating system request shall be subject to VA s review and approval. Prevailing Wages Unless the selected Offeror can demonstrate to the satisfaction of VA in the form of a written determination or written correspondence from the U.S. Department of Labor that the selected Offeror or the project are exempt therefrom, the selected Offeror shall comply with the requirements of the Davis-Bacon Act, as amended, 40 U.S.C. § 3141, et seq. and the relevant rules, regulations, and orders of the Secretary of Labor applicable thereto. Handicap Accessibility The selected Offeror will be required to ensure that its development, financing, construction, management, and maintenance activities on the EUL Site comply in all respects with the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101, et seq., and the Architectural Barriers Act of 1968, 42 U.S.C. §§ 4151, et seq., as amended. EUL Statutory Requirements VA s EUL and statutory requirements are codified at 38 U.S.C. §§ 8161-8169 and as amended. VA s Goals and Objectives VA has the following goals and objectives for the project: Reuse underutilized VA properties to create safe, affordable, smoke- and drug- free assisted living facility (ALF) for Veterans and their families (65 years and older) at risk of homelessness; with Veteran priority placement in any housing project created on the EUL Site. Develop a quality ALF that will accommodate Veterans and their families (65 years and older), who have difficulty or can t care for themselves; but need assistance with activities of daily living (ADL) (e.g., assistance with eating, bathing, grooming, dressing and home management activities). Develop an aging in place housing promoting a residential environment with proximity and accessibility to services, health care, and socialization opportunities. Experience in providing supportive services for seniors; as well as community-based services to include following levels of assisted living program levels of care*: Level I (Low level of care) Personal care services (assistance with activities of daily living (ADLs)) Medication administration Personal supervision Protection from environmental hazards Physical/social activities Dietary services Care management Housekeeping II. Level II (Intermediate or moderate level of care) -  Personal care services Medication administration Nursing services Personal supervision Protection from environmental hazards Physical/social activities Dietary services Care management Housekeeping III. Level III (High level of care) -  Skilled Nurses or Caretaker to provide comprehensive assistance with multiple ADLs noted above in addition to: Hands-on-assistance Medication Management Bathing Assistance Verbal cues/hands-on assistance Encouragement/escort to activities 24-hour nursing supervision or skilled services; Physical Therapy; Occupational Therapy; Speech Therapy *Note: Assisted living program Level III is to be incorporated for complete aging in place supportive service housing model. The supportive services component refers to a customized, comprehensive package of support that helps tenants sustain housing stability and meet life goals. These services, tailored to the needs of the given tenant population, may be provided by the project s designated primary supportive services provider and/or by collaborating organizations. The primary supportive services provider ensures that tenants can access needed services on an ongoing basis.  Note: Supportive services available in permanent supportive housing projects typically include, at minimum, assistance accessing case management services, medical services, mental health services, substance abuse treatment services, peer support, education, vocational and employment services, money management services, life skills training, and advocacy.  Note: If the project intends to utilize Housing and Urban Development-VA Supporting Housing (HUD-VASH) vouchers, Offerors should assume that VA will deliver the case management services to eligible Veterans associated with the program. However, the Offeror s supportive services provider is required to provide services above and beyond the HUD-VASH case management services.   Avoid ongoing operating costs associated with the upkeep of vacant and/or underutilized assets. Other Considerations VA will not participate in or allow its or the United States underlying fee interest in the land to be used as security for financing for the project or otherwise, including without limitation, providing any kind of guaranty or act in any way as a beneficiary for a financing vehicle. In regard to any proposed project-related financing to be obtained by the selected Offeror, VA as a general rule will not approve any financing that includes requirements that operate to deny, restrict, or subordinate VA s right to terminate the EUL upon the selected Offeror s failure to cure an outstanding event of default thereunder. This includes any document, to include the EUL that would prevent VA from terminating the EUL due to cross default arising from one or more parcels on the Property. Any proposed project financing that does not comply with this restriction must be explicitly identified in the RFQ response for VA s unilateral review and evaluation. The selected Offeror must establish and maintain positive relations and communications with state and local governmental authorities and the local communities during negotiations with VA and any of its representatives. The selected Offeror must integrate development activities with cultural resources and historical and environmental policy management requirements in support of VA s mission and operations. The selected Offeror will be responsible for coordinating the work schedule(s) with VA in order to minimize disruption to the campus activities and operations. This coordination includes the work of any contractor or subcontractor that the selected Offeror retain in connection with the project. POST-SELECTION Following its selection, the selected Offeror will be responsible for preparing a detailed Site Plan, Design Plan, Development Plan, Operations & Maintenance Plan, and Tenant Selection Plan for the EUL project (the Project Plans ). VA recognizes that formulation of the Project Plans will require the selected Offeror to work closely and cooperatively with VA. VA will provide final approval and cooperate with the selected Offeror during the drafting process to facilitate preparation of the final Project Plans. It is anticipated that the selected Offeror will provide VA with drafts of the Project Plans throughout the drafting process. The Project Plans will be subject to VA s review and approval and may be subject to review and comment by local government and other stakeholders. The selected Offeror will be required to meet any timeframes set forth of this RFQ and the proposed timeline provided by the selected Offeror in their RFQ response, with any such extensions or modifications that VA agrees to at its discretion. If the selected Offeror fails to complete the Project Plan(s) or any other timeframe in a timely manner, VA shall have the right, at its discretion, to provide written notice terminating all future discussions with and rights of the selected Offeror under this RFQ. Upon such termination, VA shall neither owe, nor pay, any fees, costs, expenses, or monetary penalties to the selected Offeror for any reason(s) regarding or stemming from this RFQ and its process, and VA shall, at its discretion, be free to select another Offeror in order to further pursue the EUL and project. The Project Plans must contain a description of the project and address comprehensively all significant issues regarding the financing, design, development, renovation, construction, operation, and maintenance, including but not limited to the items in Attachment E. CONTENTS AND PROCESS FOR SUBMISSION OF RESPONSES Submission of Responses Offerors interested in the project should submit their response in accordance with and meeting the following requirements: Time and Date of Submission Responses must be received by Thursday, September 29, 2022 at 5:00 PM ET (the Closing Time ). Responses received after the Closing Time will not be considered. Questions regarding this RFQ may be submitted in writing by emailing Richelle.Wagner@va.gov by Thursday, August 11, 2022 at 5:00 PM ET. Questions received after this date may not be considered. Responses will be provided by an amendment to the RFQ. Place and Manner of Submission Responses will need to be submitted by electronic and hardcopy. Please submit electronic responses via email to Richelle Wagner at Richelle.Wagner@va.gov and De Carol Smith at DeCarol.Smith@va.gov. Please note, due to the size of response content, Offeror will need to submit RFQ response in multiple emails (40MB capacity per email to include attachments) labeled by section name and subsection (see RFQ Section 4.3 for additional details). The one hard copy must be delivered by mail, courier, or hand delivery to the following address: Attention: Brett Simms Designated VA Representative Department of Veterans Affairs Office of Asset Enterprise Management (044C) 810 Vermont Avenue, NW, Room 534 Washington, DC 20420 Packaging and Copies The hard copy response must be in a sealed envelope or package with the following information conspicuously and legibly written or typed on the outside: Offeror s name Offeror s complete mailing address Name and contact information for Offeror s contact person (e.g., telephone, email and facsimile) The following statement (to be completed upon delivery to VA): Response Received by VA as of _____________(time) on _____________ (date) In order to be considered, Offerors must submit one (1) original hard copy of its response plus two (2) electronic working copy of the response on a CD ROM to VA. The entire response must be included on the same CD ROM in PDF format. In addition, any Excel or other spreadsheets must be included in their native (i.e., Excel), unprotected and accessible format to allow data to be manipulated. The hard copy response must be submitted in a three-ring binder (to allow VA to easily remove parts for copying and/or circulation). Submissions must be formatted and contain the content noted and described in Section 4.2. Changes to Offeror Team Composition Post-Selection For purposes of the response, a key team member should be considered any member (i.e., firm or individual) that will be responsible for approximately 20% or more of the services or fees under this proposed EUL. If selected, the Offeror is required to notify VA in writing of replacement, removal, and/or addition of any key team members within 10 days of event. VA in its sole discretion may request more information about the change and/or request that the selected Offeror propose a different entity/individual. Response Content Each response must contain the following sections in the following order, with each section clearly labeled, beginning on a new page and not exceeding the applicable section page limit. Each page shall be numbered within each referenced Section. Section # Section Name and Subsections (Note: Separate sections and subsections with tabs in hard copies) Page Limit NA Cover Letter referencing project title and location (including Background and Administrative Information) 5 pages (excludes organizational documents and any explanations of legal issues) 1 Development and Operations Concept Development Concept Financing Plan Project Timeline Property Management Approach and Physical Security Plan Supportive/Resident Services Plan Veteran Hiring and Community Relations Strategies 15 pages (excluding budgets) 2 Development Team Qualifications, Experience, and Past Performance Development Team Composition, Structure, and Management Approach Offeror s Financial Stability Development Qualifications and Experience Development Past Performance Development Team Key Personnel Veteran Hiring and Community Relations Experience 15 pages (includes Key Personnel information) 3 Property Management and Supportive Services Qualifications, Experience, and Past Performance Property Management and Supportive Services Team Composition, Structure, and Management Approach Property Management and Supportive Services Qualifications and Experience Property Management and Supportive Services Past Performance Property Management and Supportive Services Key Personnel 10 pages (includes Key Personnel information) Appendix A Financial Statements and Auditor s Opinion Letter No limit Appendix B Explanation of any legal issues (if any) No limit Pages submitted that are in excess of any page limit (including a section page limit) will, at VA s sole discretion, be discarded and not reviewed or evaluated by VA. Supporting data, such as organizational documents, explanations of any legal issues, budgets, and auditor s opinion letter, will not count against the page limits. Responses must be typewritten in Arial 12-point font size or greater. Cover Letter with Background and Administrative Information A cover letter (on the Offeror s letterhead) must state that the Offeror has read and agrees to comply with all of the terms, conditions, and instructions provided in this RFQ. Any requests for waivers or exceptions must be clearly identified in the cover letter and shall be subject to VA s review and approval. The cover letter must also contain the following general information about the Offeror and the Offeror s Team (if applicable). (Note: In the case of an Offeror that is a special purpose entity, include information on each partner, member, or shareholder of the Offeror.) Administrative Information: Company/Organization name; Employer/Tax Identification Number; Dunn and Bradstreet (DUNS) number; proof of Sam.gov verification (if a service-disabled Veteran-owned small business or Veteran-owned small business); mailing address; main telephone number; and main facsimile number. Authorized Representative: Name (and contact information - mailing address; telephone number; e-mail address; and facsimile number) of the representative authorized to act on behalf of the Offeror. Day-to-Day Point of Contact: Name (and contact information - mailing address; telephone number; e-mail address; and facsimile number) of the individual designated by the Offeror as the person to whom questions and/or requests for information are to be directed. Form of Business: Description of the Offeror s form of business (whether a for-profit corporation, a nonprofit or charitable institution, a partnership, a limited liability company, a business association or a joint venture), state of incorporation, and a brief history of the organization and its principals. Attach as an appendix (to be excluded from the page count) the following: Articles of incorporation, partnership, joint venture, or limited liability company agreement (Note: For any Offeror or Team member, as applicable, that is a sole proprietorship, provide current mailing address and a summary of current business activity); Current certificate of good standing; By-laws; Copy of corporate resolutions, certified by a corporate officer, authorizing the Offeror s submission of, or Team member s participation with the Offeror in the submission of, the response and the entity s authority to proceed with the project (assuming an RFQ award is made and VA s approval is obtained); and, List of principals. Legal Requirements: State whether the Offeror or any Offeror s Team member, as applicable, has ever been terminated for default, non-compliance, or non-performance on a contract or lease, or debarred from any Federal, State, or local government contracts and, if so, provide the date and a detailed description of the occurrence in an appendix (Note: this additional detail does not count against page limits); and, List each instance within the past ten (10) years and explain in sufficient detail in an appendix as necessary (detail does not count against page limits) in which the Offeror, or any Offeror s Team member, or any principal, partner, director, or officer of such entities was: Convicted of or pleaded guilty or nolo contendre to a crime (other than a traffic offense); Subject to an order, judgment, or decree (including as a result of a settlement), whether by a court, an administrative agency, or other governmental body, or an arbitral or other alternative dispute resolution tribunal, in any civil proceeding or action in which fraud, gross negligence, willful misconduct, misrepresentation, deceit, dishonesty, breach of any fiduciary duty, embezzlement, looting, conflict of interest, or any similar misdeed was alleged (regardless of whether any wrongdoing was admitted or proven); Subject to an action or other proceeding, whether before a court, an administrative agency, governmental body, or an arbitral or other alternative dispute resolution tribunal, which, if decided in a manner adverse to the Offeror, Team member, principal, partner, director, or officer (as applicable), would reasonably be expected to adversely affect the ability of the Offeror or Team member to perform its obligations with respect to the project (including the ability to obtain or repay financing); Debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal, state, or local department or agency; Notified that it is in default of any Federal, state, or local contract or grant if yes, provide the reason for the default and whether the default was cured; Terminated for cause or default on one or more public transactions (Federal, State, or local); and, Party to litigation or a formal Alternative Dispute Resolution (ADR) process (e.g., binding arbitration) involving a claim in excess of $50,000. For those matters involving a claim equal to or in excess of $500,000, describe in detail the litigation or ADR process. Section 1: Development and Operations Concept In this section, the response should include all relevant information necessary to allow VA to assess the Offeror Team s development concept, financing plan, timeline, property management approach and physical security plan, supportive/resident services plan, and Veteran hiring and community relations strategies for this project. Specifically, this section must include the following: Tab 1A: Development Concept Provide an overview of the proposed project, including but not limited to the type of project (e.g., supportive assisted living housing community for at-risk of homeless Veterans and their families (65 years and older), target populations, and estimated breakdown of units. Offerors should provide a justification that supports the proposed project size for the given target residents. Offerors should support the proposed project size and target population by citing available market demand data and local market knowledge. The project developed on the EUL Site must be affordable to the applicable target population(s). The project description should also address any intended phasing associated with the development. Offeror should address how proposed concept reflects their understanding of VA s development objectives (see RFQ Section 2.3.8). Describe the proposed development, and construction, of the EUL Site. Identify potential risks and challenges associated with the project and related mitigation strategies. Note: Offerors are encouraged to submit proposed schematic site design plans. Tab 1B: Project Financing Plan Provide a narrative that describes the Offeror Team s strategy to obtain financing for this project, including contingency plan(s) in the event one or more sources of funding are not available.  The narrative should also explain key assumptions reflected in the following required budgets to be provided in a working Microsoft Excel document (excluded from page count): Development Budget Sources and Uses: Development budget must show estimated: (a) total development costs for the project, including hard and soft costs; (b) financing costs, including types and amounts of debt and equity, and underlying amortization periods; (c) ownership structure, including percentage of ownership by the Offeror (or in the case of a special purpose entity, each Team member); and, (d) all capital funding sources (e.g., Low Income Housing Tax Credit equity, equity provided by the lessee, Federal, state and local government funding, grant proceeds, loan proceeds, etc.) used to finance the project. Annual Operating Budget: List all estimated annual revenues for the project, including expected monthly rents by unit type and the basis for /source of rents (e.g., rental vouchers).  In addition, list all expected annual operating expenses associated with the project.  Provide a 30-year cash flow projection in a working Microsoft Excel document (excluded from page count).  Annual Supportive/Resident Services Budget: List all expected annual supportive/resident services expenses for the EUL Site and projected sources of funding. Tab 1C: Project Timeline The response must contain a timetable for the project containing the following key dates: Project financing sources: Anticipated application, award, and closing dates for each project phase (as applicable); Design milestones: Completion dates for each project phase (as applicable); EUL Execution: EUL execution cannot occur until all financing commitments have been obtained, the Office of Management and Budget has completed its review of the EUL, and Congress has been provided 45-day notification of VA s intent to execute the EUL; Construction: Start and completion dates for each project phase (as applicable); and, Occupancy: Date the facility(s) are open for operation for each project phase (as applicable). Note: The timeline should begin 90 days after being selected as the preferred EUL Developer. Tab 1D: Property Management Approach and Physical Security Plan Describe the Offeror Team s approach to operation, management, security, and maintenance of the project in accordance with private sector standards. Provide a staffing plan (number of FTEs and type) for the ongoing operation of the project. The response shall contain the physical and electronic security measures that will be provided based upon the individual space requirements and tenant mix of the proposed EUL project. Tab 1E: Supportive/Resident Services Plan Identify which supportive/resident services are to be provided on-site, as well as who is going to provide them. The Offeror Team should clearly differentiate between any services to be provided by VA as a part of the HUD-VASH Program versus other unrelated services proposed to be provided by the Offeror s Team. As a reminder, the Offeror Team is required to provide services above and beyond the VA-provided HUD-VASH case management services. The response should also contain information about coordination with other programs and service providers, as well as performance objectives. Supportive services may include but not be limited to: An initial assessment and collaborative case management/self-sufficiency planning in coordination with the Veteran and VA staff; support, coordinate, monitor, and evaluate on-going service needs with each Veteran. On-site substance abuse/mental health counseling and health assessments and referrals. Employment / income assessments supported work and community service opportunities based on skills and employment readiness; on-site training of employment skills programs to include computer skills, employment placements and new programs that target mobility for handicapped Veterans. Specialized services for women, chronically mentally ill, frail, and elderly Veterans that provide enhanced clinical and case management supports and specialty programming. In addition to the providing assisted living housing ADL s and related services as described in Section 2.3.8, offerors may propose to provide additional on-site supportive/resident services for the assisted living housing component. Tab 1F: Veteran Hiring and Community Relations Strategies Provide a summary of the Offeror Team s plan to increase employment opportunities for Veterans associated with this project. Explain the Offeror Team s customized approach to managing community relations and interacting with state and local government officials (i.e., zoning, environmental, SHPO, local community, stakeholders, etc.) for this project. Describe Offeror s customized approach to establishing constructive dialogue and maintaining proactive contact with key public officials and private stakeholders. Offerors should also provide an outline describing strategies to overcome any potential challenges based on knowledge of existing community relations dynamics. Section 2: Development Team Qualifications, Experience, and Past Performance In this section, the Offeror should include all relevant information necessary to allow VA to assess the Offeror s development Team composition, financial stability, development qualifications, experience, and past performance, as well as Veteran hiring and community relations experience. Specifically, this section must include the following: Tab 2A: Development Team Composition, Structure, and Management Approach Provide brief descriptions of Offeror entity and all of the Offeror s development Team members (i.e., organizational purposes or missions, services provided, etc.), including proposed key roles and responsibilities. The Offeror should describe past experience working with the Offeror s Team members. Provide an organizational chart showing the relationship between the Offeror and the Offeror s Team members, as appropriate, along with their roles and responsibilities. Explain the Offeror s approach to managing the development Team, including prior experience engaging and overseeing the work of multiple Team members and subcontractors. Tab 2B: Offeror s Financial Stability Provide a general overview of the Offeror Team s financial stability. Please attach supporting documentation to include an auditor s opinion letter(s) and the Offeror and its Team members most recent audited financial statements. If audited financial statements are not available, please submit unaudited financial statements. Please submit any other additional information that demonstrates the Offeror Team s financial stability, such as letters of credit or similar. (Note: Supportive documentation and financial statements do not count against the page limits.) Tab 2C: Development Qualifications and Experience List and explain in sufficient detail the Offeror Team s relevant affordable and/or supportive housing development qualifications and experience Describe the Team s experience securing financing for comparable projects. Identify any experience working with VA and Federal, state and local governments, if any. If already selected, provide the proposed: Architecture firm s background and experience, design philosophy, location; and, Construction firm s background and experience, location, number of employees, and bonding capacity. If these entities have not yet been selected, the Offeror should describe the anticipated selection process. Tab 2D: Development Past Performance Describe three (3) similar affordable and/or supportive housing development efforts (past or current) developed by the Offeror or one of its Team members that are comparable to the subject project. Each project described should have been completed within the past ten (10) years. For each project listed, the following information should be included: Project name Location Type of housing Size of project (square footage, units, number of buildings, acreage, etc.) Amount, type, and sources of financing Historic buildings (if any) Description of the associated infrastructure Date of project completion Number of years involved with the development Role of the Offeror Team member(s) Contact information (name, title, organization, phone, email) for a reference who VA can contact regarding performance and client or stakeholder (as applicable) satisfaction. Note: Including a reference on this list will constitute authorization for VA to contact and discuss the Offeror s or Team member s performance. Tab 2E: Development Team Key Personnel Identify the Key Personnel who will lead the project s pre-development and development tasks, as well as the day-to-day point of contact. For each Key Personnel named provide a: Description of their proposed role; Discussion of the extent to which key personnel have worked together on other similar projects; and, Maximum of one (1) page resume that includes a description of the person s duties and responsibilities, education, years of relevant experience, examples of relevant experience on required tasks, certifications/licenses, skills, expertise, other relevant qualifications (Note: Resumes count against page limits). Tab 2F: Veteran Hiring and Community Relations Experience Describe any experience implementing targeted Veteran hiring efforts and the results of those efforts. Explain the Offeror Team s experience managing community relations and interacting with state and local government officials (i.e., zoning, environmental, SHPO, local community, stakeholders, etc.). Describe any experience in managing relations with the surrounding community for comparable affordable housing developments. Section 3: Property Management and Supportive Services Qualifications, Experience, and Past Performance In this section, the response should include all relevant information necessary to allow VA to assess the Offeror Team s affordable and/or supportive housing property management and supportive services qualifications, experience, and past performance. Specifically, this section must include the following: Tab 3A: Property Management and Supportive Services Team Composition, Structure, and Management Approach Provide brief descriptions of the Offeror s property management and supportive services Team members (i.e., organizational purposes or missions, services provided, etc.), including proposed key roles and responsibilities. Provide the proposed: Property management firm s background and experience managing similar supportive housing properties, location, and number of employees; and, Supportive/resident services provider s background and experience providing supportive services to Veterans who are homeless and/or at risk of homelessness, location, and number of employees. The Offeror should describe experience working with the Offeror s Team members. Provide an organizational chart showing the relationship between the Offeror and the Offeror s property management and supportive services Team members, as appropriate, along with their roles and responsibilities. Explain the Offeror s approach to managing the Team. Tab 3B: Property Management and Supportive Services Qualifications and Experience List and explain in sufficient detail the Offeror Team s relevant affordable and supportive housing management and supportive services (operations) qualifications and experience. Identify any experience working with VA and Federal, state and local governments. Identify the property management and supportive services providers that the Offeror proposes to use for this project and their associated qualifications and experience. Discuss approaches to resident safety and security that you have implemented successfully at other similar projects and their impact on the projects. Tab 3C: Property Management and Supportive Services Past Performance Describe three (3) similar affordable and/or supportive housing projects (past or current) managed and/or operated by the Offeror or one of its Team members that are comparable to the supportive housing to be developed for this project. Each project described should be currently under management or have been under management within the past ten (10) years. For each project listed, the following information should be included: Project name Location Type of housing Size of project (square footage, units, number of buildings, acreage, etc.) Supportive services provided in the project (and by whom) Years managed / services delivered Role of the Offeror Team member(s) Contact information (name, title, organization, phone, email) for a reference who VA can contact regarding performance and client or stakeholder (as applicable) satisfaction. Note: Including a reference on this list will constitute authorization for VA to contact and discuss the Offeror s or Team member s performance. Tab 3D: Property Management and Supportive Services Key Personnel Identify the Key Personnel who will lead the project s property management and supportive services delivery tasks, as well as the day-to-day point of contact once the project is operational. For each Key Personnel named provide a: Description of their proposed role; Discussion of the extent to which Key Personnel have worked together on other similar projects; and, Maximum of one (1) page resume that includes a description of the person s duties and responsibilities, education, years of relevant experience, certifications/licenses, skills, expertise, other relevant qualifications (Note: Resumes count against page limits). EVALUATION CRITERIA Initial Review Following the RFQ submission deadline, VA will initially review all submissions for completeness and adherence to the requirements and conditions set out in this RFQ. VA reserves the right to reject submissions that are incomplete or fail to adhere to the requirements set forth in this RFQ. Formal Presentations Complete and acceptable submissions will be further reviewed and evaluated by VA, ranked in order, and a competitive range established. Offerors whose submissions are rated highly and found to be within the competitive range may be given the opportunity, at VA s sole discretion, to make a formal presentation to VA and receive questions regarding their response. If a presentation is required, notice will be provided to those Offerors asked to make a presentation and the details regarding that presentation (i.e., length of presentation, etc.) will be provided in the notice. Selection Process The Government intends to review all factors for award in making a selection. Selection will be based on an integrated assessment of the factors set forth below. Selection Timeline VA anticipates selection of an Offeror by 60 days after solicitation closes. Evaluation Factors The responses will be evaluated based on the following three (3) equally weighted factors. Where factors include subfactors, each subfactor will also be equally weighted. The evaluation factors are as follows: Factor 1: Development and Operations Concept Factor 1 consists of an evaluation of the Offeror Team s development concept, financing plan, timeline, property management approach and physical security plan, supportive/resident services plan, and approach to Veteran hiring and community relations strategies for this project. Factor 1 is comprised of the following six (6) equally weighted subfactors: Subfactor 1A: Development Concept The development concept should reflect VA s goals and objectives (see Section 2.3.8 of this RFQ). The proposed unit count should be consistent with the asset characteristics and constraints. Subfactor 1B: Project Financing Plan A realistic and viable financing plan should be provided for the project. VA will review the anticipated sources and uses for the project for development, operations, and provision of supportive/resident services to assess the Offeror Team s understanding of the project and funding availability. Subfactor 1C: Project Timeline VA will review the proposed project timeline for completeness and inclusion of required milestones. The Offeror Team should provide an aggressive yet realistic project development timeline for VA s review. Subfactor 1D: Property Management Approach and Physical Security Plan and Supportive/ Resident Services Plan VA will evaluate the Offeror Team s approach to delivering property management to the proposed project and ensuring the long-term viability and security of the project. The property management plan should be customized to the proposed product type. Subfactor 1E: Supportive/ Resident Services Plan VA will evaluate the Offeror Team s approach to delivering supportive/resident services the proposed project and ensuring the long-term well-being of Veterans. The supportive services plan should be customized to the proposed product type and target population. The Offeror Team should be familiar with and have developed strong working relationships with local community organizations. Subfactor 1F: Veteran Hiring and Community Relations Strategies It is important that the Offeror Team provide a clear and realistic plan to hire Veterans in association with this project. VA will also assess the Offeror Team s community relations strategy for the project and the extent of the Offeror Team s local knowledge and understanding. Factor 2: Development Team Qualifications, Experience, and Past Performance Factor 2 will consist of an assessment of the Offeror s team composition, structure, and management approach, financial stability, development qualifications, experience, and past performance, and Veteran hiring and community relations experience. Factor 2 is comprised of the following six (6) equally weighted subfactors: Subfactor 2A: Development Team Composition, Structure, and Management Approach VA will assess the Offeror Development Team s composition to assess capabilities and skillsets. VA will review the extent to which the Offeror s Team has worked together previously on similar projects. The organizational chart will be reviewed to understand the relationships between the different Team members and establish whether clear lines of accountability are in place. The Offeror s approach to managing the development Team should demonstrate the Offeror s ability to manage multiple entities across disparate fields and locations to achieve a common goal. Subfactor 2B: Offeror s Financial Stability VA will assess the financial stability of the Offeror s Team to undertake the development of this supportive housing project. VA will evaluate whether the response has provided sufficient evidence and documentation, as required by the RFQ, to demonstrate sufficient financial stability to successfully execute a project of this size, scope, and complexity. Subfactor 2C: Development Qualifications and Experience VA will review the extent to which the Offeror s Team has demonstrated expertise and experience developing and financing affordable and/or supportive housing, including experience working with Federal, state, and local government entities. Subfactor 2D: Development Past Performance VA will assess the extent to which the Offeror s Team has a proven track record of successfully developing and financing affordable and supportive housing projects The projects identified should be of similar size, scope, and complexity to the proposed project. Subfactor 2E: Development Team Key Personnel VA will review the qualifications of the proposed development key personnel to assess their ability to successfully complete the developer s responsibilities. The key personnel roles should be clearly identified, along with each person s relevant experience, skills, expertise, and education. Subfactor 2F: Veteran Hiring and Community Relations Experience Offeror Teams will be evaluated on their experience and success in undertaking Veteran hiring efforts for similar projects. VA also intends to evaluate the Offeror Team s experience with managing community relations. Offeror Teams should demonstrate local market knowledge and experience working with the stakeholder community on similar affordable housing efforts. Factor 3: Property Management and Supportive Services Qualifications, Experience, and Past Performance The focus of Factor 3 is on the Offeror Team s property management and supportive services qualifications, experience, and past performance. Factor 3 is comprised of the following four (4) equally weighted subfactors: Subfactor 3A: Property Management and Supportive Services Team Composition, Structure, and Management Approach VA will assess the Offeror s property management and supportive services Team composition to assess capabilities and skillsets. VA will review the extent to which the Team members have worked together previously on similar projects. The organizational chart will be reviewed to understand the relationships between the different Team members and establish whether clear lines of accountability are in place. The Offeror s approach to managing the operations Team should demonstrate the Offeror s ability to manage multiple entities across disparate fields and locations to achieve a common goal. Subfactor 3B: Property Management and Supportive Services Qualifications and Experience VA will review the extent to which the Offeror Team has demonstrated expertise and experience managing and operating affordable and supportive housing and experience working with Federal, state, and local government. VA will also evaluate the proposed property management and supportive services provider s associated qualifications and experience. VA will also consider the adequacy of safety and security measures implemented successfully at other similar projects. Subfactor 3C: Property Management and Supportive Services Past Performance VA will assess the extent to which the Offeror Team has a proven track record of successfully managing and operating affordable and/or supportive housing projects. The projects identified should be of similar size, scope, and complexity to the proposed supportive housing project. Subfactor 3D: Property Management and Supportive Services Key Personnel VA will review the qualifications of the proposed project operations key personnel to assess their ability to successfully manage the project for the duration of the lease term. The key personnel roles should be clearly identified, along with each person s relevant experience, skills, expertise, and education. MISCELLANEOUS TERMS AND CONDITIONS APPLICABLE TO THIS RFQ Authorizations by Submission of Response Any and all information provided by an Offeror and its Team members may be used by VA to conduct credit and background checks. Teaming Arrangements and Special Purpose Entities Multiple Offerors may form a joint venture for the purpose of submitting a response to this RFQ. A special purpose entity may also be created for the purpose of submitting a response. VA may require that financial and performance guarantees be provided by these and other Offerors as well as Team members. Potential Offerors who do not have strong experience or skills in all the required areas (e.g., financial structuring, development, property management, operations, supportive services delivery, etc.) may consider submitting responses jointly with entities whose experience can complement their own. (Note: VA will not be involved in facilitating partnering or teaming arrangements.) Hold Harmless By participating in the RFQ process, each Offeror agrees to indemnify and hold harmless VA and the United States Government and each of their respective officers, employees, contractors, and advisors from and against any and all real estate and other brokerage fees or commissions, finder s fees, and other forms of compensation related in any way to activities undertaken by any person as a result of such person s efforts towards and/or participation in this RFQ process or the submission by such person of a response, and liabilities, losses, costs, and expenses (including reasonable attorney s fees and expenses) incurred by any indemnified party (including VA) as a result of, or in connection with, any claim asserted or arising as a result of, or in connection with, this RFQ process. INELIGIBILITY The following persons (including entities) are ineligible to be an Offeror or a Team member of an Offeror or otherwise participate in the project (including as a contractor, subcontractor, or professional): (a) any person that has been debarred or suspended from doing business with VA; (b) neither such Person nor any of its partners, members, or principal stockholders is listed on any non-procurement or reciprocal lists on the most current System for Award Management published by the U.S. General Services Administration at www.sam.gov, as updated from time to time, or any replacement thereof; (c) neither such Person nor any of its partners, members, or principal stockholders is a person who poses a security or safety risk as determined by the Secretary of State, including but not limited to any person who either represents a country, or is a member of or provides political, financial or military support to a group, that is listed in the most current Patterns of Global Terrorism report, issued by the Secretary of State in compliance with 22 U.S.C. § 2656f(a), available from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402 and also available at http://www.state.gov/global/terrorism/annual_reports.html; and (d) neither such Person nor any of its partners, members or principal stockholders is subject to a criminal indictment or information for a felony in any court in the United States.  For purposes of this RFQ, the term principal stockholder shall mean any person who is a beneficial owner (as defined for purposes of Rule 13d-3 of the Securities and Exchange Act of 1934, as amended and promulgated by the Securities and Exchange Commission) of ten percent (10%) or more of the outstanding stock or other equity of the Offeror. ADDITIONAL INFORMATION 8.1 All of the information required to be provided in each response pursuant to Section 4 of this RFQ is important to VA s analysis and evaluation of each response. VA may utilize outside sources in addition to all the information provided in a response in evaluating each Offeror s submission. 8.2 Neither VA nor any of its contractors, subcontractors, officers, employees, counsel, advisors, or agents, make any representation or warranty, whether express, implied, or created by operation of law, as to the accuracy or completeness of this RFQ or any of its contents or materials referred to therein, and no legal liability with respect thereto is assumed or may be implied. 8.3 VA reserves the right to: (a) make a selection under this RFQ as a result of initial offers submitted; and (b) reject any or all Offers at any time prior to award and cancel this RFQ. Therefore, all initial offers should comprehensively address each of the requirements set forth herein and contain the Offeror s best terms. 8.4 By submitting a response, each Offeror accepts all the terms and conditions set forth in this RFQ, and any updates, supplements, and amendments thereto. Any conflict (whether actual or perceived) between different parts of this RFQ, as between an Offeror and VA, shall be resolved at the sole and absolute discretion of VA. 8.5 In no event shall VA be liable for any fees, costs, or expenses associated with any of the Offeror s (or their brokers, if any) activities (e.g., preparation, discussions, clarifications, submissions, or negotiations), relating directly or indirectly to this RFQ. Accordingly, as a condition of submitting its response, each Offeror hereby agrees to indemnify and hold VA harmless for any and all such fees, claims, liabilities, and costs arising in connection with this RFQ and its underlying process. 8.6 Any relationship between VA and an Offeror arising from the RFQ is subject to the specific limitations, terms, conditions, and representations expressed in this RFQ. Any substantive questions or concerns to include conflicts, apparent conflicts, or any other substantive matters regarding this RFQ which may arise during preparation of an Offeror s response should be addressed, in writing, via the dedicated email address: Richelle.Wagner@va.gov.

Contact Information

Contracting Office Address

  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA

Primary Point of Contact

Secondary Point of Contact





History