The VA Request for Lease Proposals (RLP) No. 36C248-26-R-0042 in Vero Beach, Florida, seeks proposals for a 15-year lease (5 years firm) for 12,900-12,948 ABOA square feet of contiguous space, including 100 reserved parking spaces. Offers are due by January 26, 2026, at 3:00 PM ET. The RLP details requirements for building quality, location within a specified area (North - 20th Street, East - US-1, South - Oslo Road, West - I-95), and unique features like agency-specific and FSL Level II security requirements. Proposals must address efficiency of layout, floodplains, seismic safety, asbestos, accessibility, fire protection, and Energy Independence and Security Act (EISA) compliance, including ENERGY STAR® labeling or equivalent. Offerors must provide pricing information, financial commitments, zoning evidence, and proof of ownership or control. The lease is a fully serviced, turnkey agreement with rent covering all Lessor costs, including shell upgrades, tenant improvements (TIs), operating costs, real estate taxes, and security upgrades, with TIs paid as a one-time lump sum. The RLP also outlines environmental due diligence and National Historic Preservation Act requirements, emphasizing the Offeror's responsibilities for studies and mitigation.
The General Services Administration's RLP # 36C248-26-R-0042, Exhibit I, outlines a two-part prelease fire protection and life safety evaluation for office buildings. Part A, completed by the Offeror for spaces below the 6th floor, involves answering questions on building information, fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators. Part B, for spaces on or above the 6th floor, requires a professional fire protection engineer to submit a detailed narrative report after evaluating the entire building, including a walk-through and review of maintenance records. Both parts emphasize compliance with the most recent building and fire codes, specifically NFPA 101 Life Safety Code for egress. The engineer's report must address general information, occupancy classifications, building construction, vertical openings, means of egress, automatic fire suppression systems, fire alarm systems, and elevators, identifying any deficiencies and recommending corrective actions. Adherence to NFPA standards (NFPA 25, 72, 110, 111) is crucial for system maintenance. The Offeror must commit to correcting any identified deficiencies before lease acceptance. The accepted Part B is valid for five years, provided no major modifications occur.
The Department of Veterans Affairs (VA) is issuing a Past Performance Questionnaire (RFP # 36C248-26-R-0042 – EXHIBIT J) to evaluate contractor performance for a solicited requirement. This questionnaire gathers feedback on a firm's past work, which will be a key factor in the VA's award evaluation decision. The survey, intended for the individual most knowledgeable of the contractor's day-to-day operations, ensures confidentiality regarding the identity of respondents, although responses may be shared with the firm. It covers critical areas such as Quality of Work, Response Timing, Cost Control, and Business Management, with specific questions on compliance, project expectations, maintenance, safety, cost efficiency, and on-site management. The questionnaire also includes an overall contractor rating and sections for additional comments, providing a comprehensive assessment to aid the VA in its procurement process. Completed evaluations must be submitted via email to javier.correaochoa@va.gov by the specified deadline.
The Tenant Improvement Cost Summary (TICS) is a comprehensive document for federal government RFPs, specifically for the US Department of Veterans Affairs in Vero Beach, Florida (RLP # 36C248-26-R-0042 – EXHIBIT K). It details the financial breakdown of Tenant Improvements (TI) and Shell costs across various construction divisions (Div 1-33), including general requirements, existing conditions, concrete, masonry, metals, wood/plastics/composites, thermal/moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, electrical, lighting, communications, electronic safety, and electronic security. The document outlines instructions for accurately pricing materials and labor, distinguishing between TI and Shell components. It also addresses Building Specific Amortized Capital (BSAC) for security-related improvements and provides a shell definition for general use buildings, emphasizing a 'warm lit shell' condition. The TICS requires input of project-specific information such as ABOA square footage, general contractor fees, A/E fees, and lessor's project management fees to auto-populate the cost summary. This document ensures a standardized and detailed approach to cost estimation for government construction projects.
The "Security Unit Price List (Level II)" (RLP # 36C248-26-R-0042 – EXHIBIT L) outlines the baseline security requirements and an estimated price list for federal government lease agreements. This document, intended for leasing specialists, details various security countermeasures across different sections of a facility, including entrances, lobbies, common areas, government spaces, building exteriors, security systems, and building structure. Key security elements covered range from access control, screening requirements, and critical area securing to signage, landscaping, parking, and the implementation of video surveillance, intrusion detection, and duress alarm systems. The document emphasizes that the actual costs will be determined prior to award, requiring lessors to quote unit prices based on the final Design Intent Drawings and Construction Documents. It also addresses cybersecurity requirements and the need for a Facility Security Committee, outlining a comprehensive approach to securing leased government facilities.
This government file, RLP # 36C248-26-R-0042, details labor standards and wage determination requirements for federal construction contracts, specifically incorporating the Davis-Bacon Act. It defines the
The RLP No. 36C248-26-R-0042 outlines the required contents for offers in response to a federal government Request for Lease Proposals (RLP). It details comprehensive submission requirements for offerors, covering administrative, financial, technical, and environmental aspects. Key elements include GSA forms, pricing terms, scaled floorplans, design intent drawings (DIDs), security and tenant improvement unit price lists, and proof of ownership/financial capacity. Offerors must also provide evidence of zoning compliance, signing authority, and an active System for Award Management (SAM) registration. Specific submittals are required for Fire Protection and Life Safety (FPLS) information, seismic safety, asbestos management, and energy efficiency, including ENERGY STAR® and LEED® certifications for projects of specific sizes. The RLP also specifies requirements for site-specific technical factors like land use, neighborhood, amenities, transit accessibility, parking, and proximity to hospitals, as well as past performance references and a construction schedule.
This government lease (No. 36C248-26-L-0007) outlines terms for the Department of Veterans Affairs (VA) to lease a primary care clinic in Vero Beach. The lease, based on the GSA Template L100, spans 10 years with a 5-year firm term, with rent adjustments based on factors like operating costs, real estate taxes, and vacant premises. Key provisions cover the lessor's ownership requirements, government termination rights, and detailed specifications for construction, utilities, and services. The document also includes clauses on alterations, payment for services, and environmental compliance, emphasizing the lessor's responsibilities for maintenance and adherence to various federal and local standards.
The Department of Veterans Affairs (VA) is seeking to lease a 12,900 to 12,948 square foot primary care clinic in Vero Beach, Florida, as detailed in RFP #36C248-26-R-0042. The facility must be a contiguous, ground-floor space within an aesthetically pleasing and soundly constructed professional building. The lease will be fully serviced, including janitorial, basic cable, guest Wi-Fi, security monitoring, and maintenance, adhering to GSA Global or Simplified Lease standards. The RFP outlines extensive space plan requirements, including specific room quantities and net usable square footage for various clinical, administrative, and support areas such as patient care rooms, offices, restrooms, and a laboratory. Detailed specifications are provided for waiting areas, restrooms (meeting ADA compliance), reception, management, breakrooms, janitorial, supply rooms, and a comprehensive telecommunications room. The telecommunications infrastructure must meet stringent VA OIT standards, including Cat6A cabling, UPS with 10-minute runtime, specific HVAC design, and physical security measures with PIV card access. Finish selections, signage (interior and exterior, including VA logo and specific decals), HVAC design adhering to ASHRAE standards, and a quick-connect for a VA-provided portable electric generator (Cat® XQ425) are also critical requirements. All layouts and selections require VA approval, emphasizing a focus on patient care, staff efficiency, and robust infrastructure.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice (RLP # 36C248-26-R-0042) for a new VA Primary Care Clinic in Vero Beach, Florida. The VA intends to lease 12,948 contiguous ABOA square feet of medical office and related space, requiring a minimum of 100 parking spaces. Both new and existing buildings will be considered, with existing buildings needing to be modernized or adaptively reused and ready for occupancy by June 1, 2028. The desired location is within the boundaries of 20th Street (North), US-1 (East), Oslo Road (South), and I-95 (West). The lease term can be up to 15 years. All questions regarding this procurement should be submitted via email to Javier Correa Ochoa, Lease Contracting Officer, at javier.correaochoa@va.gov. This announcement is for informational purposes only, and no response is required.
The Department of Veterans Affairs (VA) is soliciting offers for a new lease of 12,948 ABOA square feet of medical office and related space in Vero Beach, Florida, for a Primary Care Clinic. The space must include a minimum of 100 parking spaces, and leases up to 15 years will be considered. Both new and existing buildings are eligible, with existing buildings requiring modernization or adaptive reuse and readiness for occupancy by June 1, 2028. The property must be located within specific boundaries: North (20th Street), East (US-1), South (Oslo Road), and West (I-95). Offerors must submit a cover page with property details, proof of being outside the 100-year flood plain, documentation of ability to meet government requirements, and full compliance with RLP #36C248-26-R-0042 terms and conditions. Specific documentation is also required for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) claims and for non-property owners (brokers or those with purchase/sale contracts). Responses are due by January 26, 2026, at 3:00 PM ET via email to javier.correaochoa@va.gov. The government will not pay more than the appraised fair rental value.
The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice for a new VA Primary Care Clinic in Vero Beach, Florida. The VA intends to lease 12,948 contiguous ABOA SF of medical office space with a minimum of 100 parking spaces for up to 15 years. Both new and existing buildings will be considered, with existing buildings requiring modernization or adaptive reuse and readiness for occupancy by June 1, 2028. The desired location is within specific boundaries: North - 20th Street, East - US-1, South - Oslo Road, and West - I-95. Interested parties (owners, brokers, or legal representatives) must submit site-specific information, including building details, rental rates, availability, ownership, energy efficiency features, and services provided, to Javier Correa-Ochoa by email no later than November 11, 2025, at 3:00 PM Eastern Time. This is not a solicitation for offers but a request for expressions of interest to inform a potential future solicitation.
This government file, RLP # 36C248-26-R-0042 – EXHIBIT C, outlines comprehensive Facility Security Level II requirements for lessors, detailing security measures for federal government leased spaces. It covers critical areas such as facility entrances, common areas, government-controlled interior spaces, and building exteriors, emphasizing access control, monitoring, and structural integrity. Key provisions include employee and visitor access control, securing critical infrastructure like mechanical and utility rooms with high-security locks, and protecting primary vertical load members from public access. The document also specifies landscaping requirements to minimize concealment opportunities and mandates a robust testing and maintenance program for all security systems. Additionally, it addresses the design, installation, and maintenance of Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarm systems, with options for either lessor or government provision. Cybersecurity protocols are stringent, prohibiting connections between building systems and federal IT networks, and encouraging adherence to DHS ICS-CERT, NIST-CSF, and OWASP Top 10 guidelines for BACS. The lessor is also required to develop and implement a construction security plan and cooperate with the Facility Security Committee.
The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This message would typically precede an actual government file, such as an RFP or grant application, if the PDF viewer were functioning correctly.
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government Request for Lease Proposals (RLPs), requiring lessors to submit detailed annual cost estimates for services, utilities, and ownership. This form, with OMB Control Number 3090-0086 and an expiration date of 1/31/2026, ensures that rental charges are consistent with prevailing market rates. Lessors must provide estimated annual costs for services such as cleaning, heating, electrical, plumbing, air conditioning, and elevators, breaking down expenses like salaries, supplies, and system maintenance for both the entire building and the government-leased area. Additionally, Section II requires information on ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form also includes instructions for calculating rentable area and emphasizes the importance of accurate cost estimates to facilitate the government's determination of fair market value. The lessor's certification attests to the accuracy of these cost estimates, promoting transparency and fair pricing in government leasing actions.
This government file, part of federal solicitations for leasehold interests in real property (RLP # 36C248-26-R-0042), outlines the provisions governing proposal submissions, evaluations, and lease awards. Key instructions cover definitions, amendment procedures, and rules for submitting, modifying, revising, and withdrawing proposals, emphasizing strict timelines and acceptable evidence for mailing or receipt. It details conditions for considering late proposals and modifications, especially those favorable to the Government. The document also addresses restrictions on data disclosure, requiring specific legends for proprietary information. Lease award criteria prioritize best value, allowing for discussions, competitive range limitations, and the rejection of unbalanced proposals. It specifies requirements for parties executing leases (individuals, partnerships, corporations, joint ventures, or agents) and outlines procedures for serving protests. Furthermore, the file includes provisions for facsimile proposals, System for Award Management (SAM) registration, and compliance with Federal Acquisition Supply Chain Security Act (FASCSA) Orders, including disclosure requirements for covered articles or sources.
This government file, RLP # 36C248-26-R-0042 – EXHIBIT G, outlines the General Clauses for the acquisition of leasehold interests in real property, covering a wide range of contractual obligations and regulations. It is structured into categories such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other clauses. Key provisions include definitions, subletting and assignment rules, Lessor's default conditions and Government remedies, inspection rights, delivery and condition of premises, maintenance, fire and casualty damage protocols, compliance with laws, alterations, and acceptance of space. Payment terms detail prompt payment, electronic funds transfer, and adjustments based on delivered square footage. Standards of conduct cover business ethics, anti-kickback procedures, and drug-free workplace requirements. Adjustments address price reductions and changes to the lease. The document also includes clauses related to audits, dispute resolution, labor standards for veterans and individuals with disabilities, and small business utilization. Significantly, it incorporates extensive cybersecurity requirements, prohibiting the use of certain hardware, software, telecommunications equipment, and applications from identified entities to safeguard government information and supply chains. Many clauses refer to specific sections of the Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR), often with deviations. This comprehensive document serves as a foundational legal framework for government real property leases.
The government file, "GSAR 552.270-33 Foreign Ownership and Financing Representation for High-Security Leased Space JUN 2021 – Updated Template 11/12/2024," is a crucial document for lessors and offerors involved in high-security leased spaces. It mandates disclosure of foreign ownership and financing to ensure transparency and national security. The representation requires offerors to provide detailed information about immediate and highest-level owners, including their legal names, unique entity identifiers, and foreign entity/person status. Similarly, it necessitates disclosure of any foreign involvement in financing, encompassing legal names, unique entity identifiers, physical addresses, and countries of origin. This representation must be completed upon proposal submission and updated annually, or when novating a lease. The document defines key terms such as "financing," "foreign entity," "foreign person," "highest-level owner," and "immediate owner" to ensure clarity. The primary purpose of this clause is to safeguard government operations by identifying and mitigating potential risks associated with foreign influence in high-security leases, thereby maintaining the integrity of federal government RFPs and leased spaces.