X1AA--Hyannis, MA Vet Center Space
ID: 36C24124R0112Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.

    Point(s) of Contact
    Jennifer FioreLease Contracting Officer
    603-624-4366 x 5831
    jennifer.fiore@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of office space in Hyannis, Massachusetts, for a new Vet Center. The requirements specify a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF to accommodate personnel and necessary facilities in a professional and visually appealing environment. The goal is to create a layout that facilitates optimal staff collaboration to serve patients effectively. The deadline for submitting proposals is October 18, 2024, at 4:00 PM Eastern Time. The notice details additional requirements through multiple attachments, covering aspects like space specifications, interior and exterior signage, janitorial services, and security standards. This solicitation falls under product service code X1AA and NAICS code 531190, with no Recovery Act funds set aside for this project. The contact for inquiries is Lease Contracting Officer Jennifer Fiore. Overall, this leasing opportunity underscores the VA's commitment to enhancing services for veterans by ensuring accessible and suitable operational spaces.
    The document outlines the delineation of the Cape Cod Veteran Center, specifying geographic boundaries crucial for local government planning and community services. The North Boundary is defined by Route 6A, while Route 28 marks the South Boundary. Route 134 serves as the Eastern Boundary, and Route 130 delineates the West. These coordinates support the structure of RFPs and grants aimed at enhancing community services, particularly for veterans. The document serves as an essential reference for state and local agencies involved in resource allocation and project planning, ensuring compliance and focused outreach for veteran support initiatives in the Cape Cod region. Such delineations play a critical role in clarifying project scopes and funding requirements in government proposals.
    The Department of Veterans Affairs seeks to lease contiguous clinical space for a new Vet Center, emphasizing a professional and aesthetically pleasing environment to support personnel and patient interactions. The lease requires fully serviced arrangements covering janitorial services, security monitoring, and internet provisions, adhering to high construction and regulatory standards. The document details stringent room requirements, including specifications for entrances, waiting areas, restrooms, offices, group counseling rooms, a kitchen, janitorial spaces, telecommunications rooms, and storage. Each area must feature specific technical capabilities such as data and electrical outlets, security systems, sound attenuation measures, and accessibility features compliant with ADA standards. Signage, finishes, and a sound masking system are also included to enhance the Vet Center's functionality and branding, as well as security measures to prevent unauthorized access and ensure the safety of visitors and employees. This RFP underscores the VA's commitment to providing high-quality facilities that cater to the specialized needs of veterans while maintaining compliance with federal standards.
    The document outlines the requirement that room signage colors must be coordinated with the associated paint and flooring finishes. This guideline is essential to ensure aesthetic consistency and visual harmony within the space. By aligning the signage with the overall color scheme of the room, the design is intended to contribute to an appealing and cohesive environment. This standard reflects broader principles often included in government RFPs and grants, emphasizing uniformity and attention to detail in public and governmental spaces. Overall, this requirement serves to enhance the quality of the project's design, ensuring it meets both functional and aesthetic criteria.
    The Vet Center Exterior Signage Guide outlines stringent standards set by the U.S. Department of Veterans Affairs (VA) for the design and installation of exterior signs related to the Vet Center brand. The guide serves as the definitive authority on external signage, mandating compliance with local regulations while ensuring the integrity of the Vet Center logo and color specifications. Key components include detailed specifications for various signage types such as channel letters on raceways, lightboxes, and monument signs, each with precise color and material requirements. The guide addresses installation logistics, outlining that all design schematics must be approved by the VA prior to fabrication. Additionally, it emphasizes the importance of accessibility as per the Americans with Disabilities Act (ADA) where applicable. The document provides a structured approach to signage that enhances brand visibility, compliance with local codes, and a commitment to the needs of veterans through clear and consistent messaging. Adherence to this guide is essential for maintaining the professional image of the Vet Centers.
    This document outlines the requirements for janitorial services to be provided for government properties, detailing the scope and frequency of cleaning tasks. The Lessor is responsible for maintaining cleanliness across various areas accessible to the Government as part of the lease agreement. Services are categorized by frequency, including daily tasks such as emptying trash, cleaning restrooms, and spot vacuuming carpets; tri-weekly and weekly duties for stair and floor maintenance; and monthly to annual responsibilities like dusting furniture, washing windows, and carpet shampooing. Additionally, it specifies pest control measures using Integrated Pest Management techniques. The structured schedule emphasizes the quality of service based on results rather than the methods employed. Overall, the document establishes clear expectations and standards for maintaining government facilities, ensuring cleanliness and hygiene throughout. This serves the broader context of government RFPs and grants by outlining essential service provisions for public health and environmental compliance.
    The document outlines security requirements for a federal lease, emphasizing Facility Security Level I standards. Key components include employee access controls at entrances, securing critical areas, visitor access management, and emergency generator protection. The Lessor must implement a physical access control system (PACS), coordinate with the Federal Protective Service (FPS), and restrict access to critical areas through secure measures. The document also mandates identity verification for individuals accessing government space and establishes a formal key control program. Exterior security involves regulatory signage and properly maintained landscaping to deter concealment, while security systems must be protected from unauthorized access and tested regularly. The document highlights the need for cybersecurity measures, prohibiting connections between building systems and federal IT networks, and encourages adherence to industry best practices for data protection and vulnerability management. It emphasizes the cooperation between Lessors and the Facility Security Committee to address security issues and maintain emergency preparedness. The comprehensive guidelines ensure the safety of federal tenants and the operational integrity of government facilities, guiding the implementation of necessary security measures.
    The document outlines instructions and provisions related to the solicitation for acquiring leasehold interests in real property by the federal government. It details definitions of key terms, such as "proposal modification" and "proposal revision," and mandates that all proposals must be submitted in specified formats and acknowledged if amended. The document emphasizes strict deadlines for submissions, including clauses on late proposals and modifications. Additionally, it underscores the need for offerors to mark proprietary data clearly and meet pre-award compliance evaluations for contracts over $10 million. The process also includes requirements for entities to be registered in the System for Award Management (SAM) and specifies that leases shall not be awarded for properties located in a 100-year floodplain unless no alternatives exist. Overall, the document serves to ensure a transparent, fair, and compliant bidding process for federal lease acquisitions while safeguarding both government interests and offerors' rights.
    The document comprises general clauses related to the acquisition of leasehold interests in real property and serves as a governance framework for federal leasing agreements managed by the General Services Administration (GSA). Key areas addressed include definitions, subletting and assignment rights, compliance with applicable laws, maintenance responsibilities, and procedures for payment and adjustments. The clauses detail obligations of both lessors and the government, specifying conditions under which the lease may be modified or terminated, such as in cases of default, fire damage, or compliance failures. Notably, clauses emphasize requirements for safety, inspections, financial ethics, and the utilization of small and disadvantaged businesses. Provisions related to cybersecurity and contractor conduct reflect the government's commitment to uphold standards and regulations. The overarching purpose is to create clear expectations and responsibilities for all parties involved in federal leasing, ensuring adherence to legal standards and protecting public interests. This document is crucial in guiding bidding, contracting, and execution processes in government-related real estate transactions.
    The document outlines a proposal for leasing space in response to a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA). It details various financial aspects, including rent tables, operating costs, and tenant improvement allowances, while also requiring specific data about the building and property in question. Key sections address the building's compliance with accessibility standards, fire safety, energy efficiency (including ENERGY STAR® certification), and potential seismic requirements. Additionally, the proposal prompts offerors to describe any deviations from RLP requirements, as well as to provide relevant owner identification and contact information. The offer also seeks clarification on aspects such as free rent or space, commissions, and adjustments for services. The last sections of the document invite further explanation regarding tax parcel details, renewal options, and any additional remarks pertinent to the offer. Overall, this document serves as a structured application for lease proposals, ensuring that all financial, legal, and operational considerations are clearly presented for government review and compliance. It emphasizes adherence to standards while detailing the nature of the space being offered for lease to the U.S. government.
    The Lessor's Annual Cost Statement is a document utilized by the General Services Administration (GSA) to assess the annual costs associated with leasing space in government buildings. It requires lessors to provide detailed estimates of costs related to services and utilities, including cleaning, heating, electrical, plumbing, air conditioning, and maintenance. The statement is divided into two sections: estimated annual costs of services and utilities furnished by the lessor, and estimated annual costs of ownership, excluding capital charges. Lessors must compute rental areas for the entire building and the government-leased space, specifying all relevant costs for various services and utilities. Additionally, they are instructed to provide estimates for real estate taxes, insurance, management fees, and salaries associated with building operations. The form also includes a certification section for lessors to verify their cost estimates. The document emphasizes compliance with the prevailing rental charges in the community and underlines the importance of fair market value determination. Overall, this statement aids the GSA in evaluating potential lease agreements while ensuring transparency and accuracy in cost reporting.
    The document outlines the Federal General Services Administration's (GSA) evaluation requirements for fire protection and life safety in office buildings offered for government lease. The evaluation consists of two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on the 6th floor or above, completed by a licensed professional engineer. Key elements assessed include compliance with local building and fire codes, functionality of fire suppression and alarm systems, emergency exits, and additional safety features such as elevators and emergency lighting. The Offeror must provide detailed information about the building's address, occupancy classifications, construction type, and various safety systems in operation. Moreover, if any deficiencies are found, the engineer must recommend corrective actions and the Offeror must agree to address these before acceptance by the government. This comprehensive evaluation process ensures that offered spaces not only meet necessary safety standards but also protect the health and safety of government personnel who will occupy these buildings.
    The document appears to be a conglomeration of coded or poorly formatted text, likely related to government bids, requests for proposals (RFPs), or federal grants. It lacks a coherent narrative but suggests an administrative framework dealing with various forms of proposals. The disorganized structure indicates potentially systematic data, perhaps financial or procedural, relevant to public or governmental funding applications. Key elements observed include references to contractual terminology, budgetary implications, and foundational compliance standards relevant in both federal and state/local contexts. There are indications of guidelines regarding submissions, requirements for contractor qualifications, and terms for reimbursement or funding allocation. While the document's details are obscured, it seems to serve as a resource for potential bidders or grant applicants, offering essential criteria to navigate the acquisition or proposal process, reflecting the bureaucracy of government contracting. The overarching focus remains on proper compliance and strategic proposal development in a governmental financing setting, emphasizing adherence to specified standards to secure funding or contracts.
    The document outlines the representation requirements regarding certain telecommunications and video surveillance services or equipment for offerors in federal contracts. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring equipment or services that utilize covered telecommunications technologies. Offerors must declare whether they provide or use such covered services and equip the government in contract fulfillment. The representation includes definitions of key terms and specifies required disclosures regarding manufacturers and uses of covered equipment. Additionally, it highlights the procedures for verifying entity compliance via the System for Award Management (SAM) database. Ultimately, the document serves to ensure that federal contracts do not involve equipment that poses potential national security risks due to reliance on compromised telecommunications services.
    This lease agreement is between the Lessor and the United States Government, specifically the Department of Veterans Affairs (VA), for office and related space in Hyannis, MA. The lease spans 20 years with a 10-year firm term, including termination and renewal clauses. The Lessor is responsible for the completion of the premises, which includes certain improvements and compliance with safety and building standards before government acceptance. Key components include the payment structure, encompassing shell rent, operating costs, and tenant improvements, with specified rates for both firm and non-firm terms. The Government retains the right for alterations during the lease, with outlined responsibilities for both parties concerning maintenance, security, and renovation. Furthermore, provisions address labor standards, the adjustment for vacant premises, and eco-friendly criteria under the Energy Independence and Security Act. The document incorporates various sections detailing obligations, including construction standards, utilities, and the roles of authorized representatives, emphasizing regulatory compliance and mutual agreement between the parties throughout the lease term.
    The document is a Request for Lease Proposals (RLP) by the Department of Veterans Affairs (VA) for a 20-year lease in Hyannis, Massachusetts, with offers due by October 18, 2024. The RLP outlines requirements for potential landlords, including a minimum of 3,969 to a maximum of 4,168 rentable square feet in a modern quality building with specific design standards. It highlights the need for surface parking, accessibility, and compliance with security and environmental criteria. Key sections include eligibility for award based on layout efficiency, preferences for historic properties, and detailed submission instructions. Offerors must also comply with energy efficiency standards set by the Energy Independence and Security Act. Environmental assessments, including a Phase I Environmental Site Assessment, are mandatory for ensuring no hazardous conditions exist. The document emphasizes essential legal and regulatory compliance while keeping proposals confidential until a lease is awarded. Overall, this RLP structure ensures that the selected space meets VA standards for functionality, safety, and sustainability, showcasing the government’s commitment to responsible property management and public service.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range from 4,644 to 4,876 rentable square feet and be located in a professional, aesthetically pleasing building that meets specific safety and accessibility standards, including seismic compliance. This procurement is crucial for providing necessary services to veterans, ensuring that the facility is equipped to support personnel, furnishings, and equipment effectively. Interested lessors must submit their proposals online by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or 256-403-9563.
    Chatsworth Vet Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential vendors to lease space for a Vet Center in Chatsworth, California. The VA requires a minimum of 4,500 to a maximum of 5,500 rentable square feet of existing office space, along with 27 reserved parking spaces, including three that are ADA-compliant, for a lease term of 20 years with termination rights after five years. This initiative is part of the VA's commitment to securing appropriate facilities to support veteran services effectively, and interested parties must submit their documentation by September 23, 2024, to Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. The lease term is set for an initial five years, with two optional 15-year extensions, and proposals must be submitted by September 4, 2024. Interested parties can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further details.
    Augusta Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 4,448 Net Usable Square Feet (NUSF) of Class A office or medical space for the Augusta Vet Center in Augusta, Georgia. The leased space must accommodate the Charlie Norwood VA Medical Center and include essential amenities such as janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and all utility costs included in the rent. This procurement is critical for providing accessible and secure facilities for veterans, ensuring compliance with ADA standards and safety regulations. Interested parties must submit their proposals by September 24, 2024, and can contact Kalisha Baisden at kalisha.baisden@va.gov or 803-221-1806 for further information.
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) square feet of medical space for a new Vet Center in Temecula, California. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed, modernized, or rehabilitated for its intended use. This initiative aims to enhance readjustment counseling services for veterans and their families, ensuring a safe and accessible environment for community interaction. Interested offerors must submit their proposals by September 30, 2024, and can contact Contract Specialist Juan Razo or Christy Snider for further details.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.