Lake Havasu Vet Center
ID: 36C24W25R0106Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a new lease for the Lake Havasu Vet Center in Arizona, specifically looking for a contiguous clinical space of 3,844 to 5,189 ABOA square feet. The leased space must meet various requirements, including being fully serviced, compliant with federal and local standards for safety and accessibility, and equipped with robust security and IT infrastructure. This procurement is crucial for providing necessary services to veterans in the area, ensuring they have access to a professional and secure environment for their healthcare needs. Proposals are due by September 19, 2025, at 4:00 PM Central Standard Time, and interested parties should contact Ralph Crump at ralph.crump@va.gov or by phone at 405-552-4315 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the General Services Administration (GSA) Lease Template L100, detailing the terms and conditions for leasing real property to the U.S. Government. It covers key aspects such as premises description, rent structure (including shell, operating, tenant improvement, and building-specific amortized capital components), parking provisions, and potential rent adjustments. The document also addresses lease term, termination and renewal rights, and various incorporated documents. It specifies requirements for tenant improvements, building-specific amortized capital, real estate tax adjustments, operating costs, and services provided during the lease term, such as utilities, HVAC, and janitorial services. Additionally, it defines general contract and real property terms, outlines responsibilities of authorized representatives, and details procedures for alterations, change of ownership, and compliance with various federal regulations and standards, including those related to construction, environmental policies, and security.
    The “Vet Center Internal Signage Guide” provides comprehensive specifications for various signage types (A-I) to be used within Vet Centers. This includes detailed material, color, text (Helvetica font, specific sizes), and installation requirements for signs such as room identification (Type A1, A2), restrooms (Type B), exits (Type C), fire equipment (Type D), restricted access (Type E), and regulatory notices (Type F, G, H, I). Key materials include raised acrylic, brushed metal, and frosted acrylic panels, often combined with Grade 2 Braille. Installation primarily uses double-sided foam tape, with some signs requiring mechanical fasteners. The guide also details the content of informational signs, like the “Notice of Privacy Practices.” Lessors are required to verify all sign types and locations with the VA Director during the design intent drawing stage. The overall purpose is to ensure standardized, compliant, and accessible internal signage across Vet Center facilities.
    The Department of Veterans Affairs (VA) is seeking to lease a contiguous clinical space for a Vet Center, as detailed in the 'Readjustment Counseling Service - Vet Center Statement of Work/Agency Specific Requirements.' The space must be professional, aesthetically pleasing, of sound construction, and located on the ground floor. The lease will be fully serviced, including janitorial, basic cable, guest high-speed internet, security, and CCTV monitoring. The document outlines extensive room-specific requirements for areas such as the entrance, lobby, restrooms, reception, offices, group counseling rooms, kitchen, janitorial closet, supply/storage room, and a highly secure and technically equipped telecommunications room. Key specifications include ADA accessibility, soundproofing (STC 45), robust security systems (entry control, alarm, CCTV, nurse call), and comprehensive IT infrastructure with Category 6A cabling. The Lessor is responsible for providing all materials, labor, and ongoing maintenance. Furthermore, the space must comply with specific signage, finishes, and sound masking system requirements, emphasizing adherence to VA standards and security protocols.
    The Vet Center Exterior Signage Guide, issued by the U.S. Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Readjustment Counseling Service (RCS), provides mandatory standards for all external Vet Center brand signage. This guide serves as the official directive, requiring compliance with all standards without exception. It details preferred (channel letters on raceway) and secondary signage applications (lightbox, multi-tenant, monument, pylon, restrictive tenant panel, and exterior panel signs), along with specifications for color, materials, and build. All designs must adhere to local codes and landlord specifications, with VA approval required prior to fabrication and installation. General requirements include bid quotes with separate line items for installation time and design, coordination with the Contracting Officers Representative (COR) for installation, and repairs for any facility damage at the vendor's expense. Door decal signage also has specific guidelines, including the use of a clear background, the Vet Center Call Center number, and the
    The document outlines comprehensive Security Requirements (Level II) for government facilities, detailing Lessor obligations for federal, state, and local RFPs. Key areas include stringent access control for employees and visitors, securing critical utility and common areas with high-security locks, and protecting sensitive building systems from unauthorized access. The document mandates specific landscaping, hazardous material storage, and parking arrangements to enhance security. It also details requirements for Video Surveillance, Intrusion Detection, and Duress Alarm systems, specifying both Lessor and Government provided options for design, installation, and maintenance, with strict testing and repair protocols. Structural security measures include ground-floor window locking and protection for emergency generators and air intakes. Furthermore, the document emphasizes Lessor cooperation with Facility Security Committees, controlled access to building information, and the development of construction security plans. A significant section addresses cybersecurity, prohibiting BACS connection to federal IT networks and encouraging adherence to DHS ICS-CERT, NIST-CSF, and OWASP guidelines for securing building systems and data.
    The GSA Template 3516 outlines solicitation provisions for acquiring leasehold interests in real property, focusing on instructions for offerors. Key aspects include definitions of terms like "discussions" and "proposal modifications," guidelines for submitting, modifying, revising, and withdrawing proposals, and rules for handling late submissions. The document specifies requirements for acknowledging amendments and emphasizes the importance of providing accurate, signed proposals on government-furnished forms. It details conditions under which late proposals may be considered and the acceptable evidence for establishing mailing and receipt dates. Additionally, the template addresses restrictions on data disclosure, procedures for lease awards, criteria for rejecting proposals (e.g., unbalanced pricing), and information that may be disclosed in post-award debriefings. It also covers the proper execution of lease agreements by various entity types (individuals, partnerships, corporations, joint ventures), and requirements for attorneys or agents. Furthermore, the document incorporates provisions regarding the service of protests, the submission of facsimile proposals, and mandatory registration in the System for Award Management (SAM) for offerors, including unique entity identifier requirements. Finally, it addresses compliance with the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent and disclose any covered articles or sources prohibited by applicable FASCSA orders.
    The GSA Template 3517B (REV 02/25) outlines general clauses for acquiring leasehold interests in real property for government use. It categorizes 56 clauses covering various aspects of the lease agreement. Key areas include general provisions like definitions, subletting, assignment, subordination, and the integrated nature of the agreement. Performance-related clauses address Lessor default, government inspection rights, delivery and condition of space, progressive occupancy, property maintenance, fire and casualty damage, compliance with applicable laws, and alterations. Payment terms detail prompt payment, electronic funds transfer, and adjustments based on delivered space. The document also includes standards of conduct, audit requirements, dispute resolution, labor standards, small business considerations, and extensive cybersecurity provisions, notably prohibiting certain hardware, software, and telecommunications equipment. Several clauses are incorporated by reference and specify applicability based on contract value or type, ensuring comprehensive governance for federal real estate leases.
    The document acts as a placeholder or error message for a government file that could not be displayed. It instructs the user to update their PDF viewer, specifically recommending Adobe Reader, to view the document's contents. It also provides links for downloading the latest version of Adobe Reader and for seeking further assistance. The message clarifies that the inability to display the document is due to the user's PDF viewer not supporting the document type. This indicates that the original government file, likely an RFP or grant document, requires a specific software environment for proper viewing.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors responding to government Requests for Lease Proposals (RLP) or entering into lease agreements. Its primary purpose is to collect detailed annual cost estimates for services, utilities, and ownership expenses related to a leased property. This information assists the Government in determining the fair market value of the space. The form is divided into two main sections: Section I, "Estimated Annual Cost of Services and Utilities," which covers items like cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services; and Section II, "Estimated Annual Cost of Ownership Exclusive of Capital Charges," which details real estate taxes, insurance, building maintenance, lease commissions, and management fees. Lessors must provide cost estimates for both the entire building and the government-leased area, ensuring transparency and accuracy in their submissions.
    The General Services Administration's (GSA)
    The General Decision Number AZ20250043 outlines prevailing wage rates for building construction projects in Coconino, Mohave, and Yavapai Counties, Arizona, effective July 25, 2025. This supersedes AZ20240043 and excludes single-family homes and apartments up to four stories. Federal contracts under the Davis-Bacon Act are subject to Executive Orders 14026 (for contracts on or after January 30, 2022, requiring a minimum of $17.75/hour) or 13658 (for contracts between January 1, 2015, and January 29, 2022, requiring a minimum of $13.30/hour), with annual wage adjustments. The document provides specific wage and fringe benefit rates for various crafts including Bricklayers ($32.29/hour), Carpenters ($33.19/hour), Electricians ($38.07/hour), Power Equipment Operators (Bulldozer: $31.69/hour, Crane: $36.04/hour, Loader: $34.96/hour), Ironworkers ($33.00/hour), Pipefitters/Plumbers ($51.15/hour), Sheet Metal Workers ($49.39/hour), and several others under a survey rate identifier, some of which may be subject to the higher Executive Order minimums. It also details Executive Order 13706, requiring paid sick leave for federal contractors. The document explains how to identify union, union average, survey, and state-adopted wage rates and outlines the appeals process for wage determinations.
    The General Services Administration (GSA) is soliciting lease proposals (RLP NO. 36C24W25R0106) for contiguous space in Lake Havasu, Arizona. The government seeks 3,844 to 5,189 ABOA square feet and 20 reserved outdoor parking spaces for a 20-year term with a 5-year firm period. Proposals are due by September 4, 2025, at 4:00 PM CST. Key requirements include a modern building, location within specified boundaries (North: Kiowa Blvd. N., South: AZ State HWY 95, East: Kiowa Blvd. S./McCulloch Blvd S., West: Lake Havasu Shore Line), and compliance with federal and local standards for fire safety, physical security, accessibility, seismic safety, and sustainability. The lease will be fully serviced and turnkey, covering all landlord costs. Offers must include GSA Forms 1217 and 1364 with detailed pricing, a security unit price list, and various additional submittals such as proof of ownership/financing and adherence to environmental and energy efficiency standards. The selected offeror must meet seismic safety requirements or commit to necessary retrofits/new construction.
    The Department of Veterans Affairs issued a memorandum on August 6, 2025, to extend the deadline for Request for Lease Proposal (RLP) #36C24W25R0106 for Lake Havasu, AZ. The original deadline of September 5, 2025, has been extended to Friday, September 19, 2025, at 4:00 PM Central Standard Time. The memo was issued by Ralph Crump, Lease Contracting Officer (LCO). This extension provides prospective offerors with additional time to submit their proposals for the lease, indicating a continued need for a property lease in the specified location by the VA.
    Lifecycle
    Title
    Type
    Lake Havasu Vet Center
    Currently viewing
    Solicitation
    Similar Opportunities
    Yukon, OK CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a medical clinic space in Yukon, Oklahoma, specifically under Request for Lease Proposals (RLP) No. 36C24W25R0116. The requirement is for 22,155 to 26,586 ABOA square feet of contiguous space, with a 20-year lease term (10 years firm) and the provision of 150 reserved parking spaces. This facility will expand existing services and introduce new healthcare offerings for veterans, adhering to strict VA and federal building codes, including security and environmental standards. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025; interested parties should contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Buyer not available
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    Cleveland, WI VA CBOC New Replacing Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and federal regulations for accessibility, fire safety, and energy efficiency. Proposals are due by December 11, 2025, at 3:00 PM CST, and interested parties are encouraged to participate in a virtual pre-proposal conference on December 2, 2025. For further inquiries, contact Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    X1DB--Santa Maria Lease
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.