San Antonio North CBOC
ID: 36C24W25R0072Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF HOSPITALS AND INFIRMARIES (X1DA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for a new lease of clinical space for the San Antonio North Community-Based Outpatient Clinic (CBOC) in San Antonio, Texas. The procurement involves a lease of approximately 19,691 rentable square feet (RSF) and 14,586 usable square feet (ABOA) for a term of 10 years, which includes 5 firm years and 5 soft years, along with a 120-day termination right. This facility will provide essential primary, specialty, ancillary, and mental health care services to veterans in the Bexar County area, emphasizing the importance of accessible healthcare for this population. Interested offerors must submit their proposals by May 1, 2025, and can direct inquiries to Wallace Taylor at wallace.taylor@va.gov for further information.

Point(s) of Contact
Wallace Taylor
wallace.taylor@va.gov
Files
Title
Posted
Apr 1, 2025, 9:04 PM UTC
The document outlines the terms and conditions of a lease agreement between a lessor and the U.S. government, specifically through the General Services Administration (GSA). It details the responsibilities of both parties regarding the leased premises, including rent, maintenance, alterations, and various operational aspects such as utilities and security. Key provisions include the lease term, rent structure which incorporates tenant improvement costs, and the Lessor's obligations for repairs and maintenance. The government has rights to terminate the lease and maintain alterations, with conditions for renewal clearly stated. Additional details encompass the calculation of operational costs, handling of real estate taxes, and stipulations for adjustments in case of changes in occupancy. The document is structured into sections discussing lease definitions, operational standards, tenant improvements, and tax implications. Overall, this lease serves to ensure a clear relationship between the government and the lessor, aligning expectations and providing a framework for ongoing operational needs.
Apr 1, 2025, 9:04 PM UTC
The North San Antonio VA Clinic Initial Lease outlines requirements for leasing a facility to provide primary, specialty, and mental health care for veterans. Key specifications include a required maximum Gross Floor Area of 16,044 SF, with the design adhering to various national standards including VHA and NFPA codes. The facility must have accessible features, such as 73 parking spaces, of which five are reserved for handicapped parking, and ensure minimal walking distances for patients. It specifies organizational details for clinical spaces, necessitating flexibility and co-location of services to enhance workflow. The design must also meet stringent safety and acoustical privacy requirements. The lessee is responsible for several maintenance and operational functions, including utilities, pest control, and janitorial services. Utilities must include cable television, emergency systems, and compliance with local codes. The lease mandates environmental compliance with NEPA regulations and includes provisions for physical security. Overall, this document serves as a comprehensive guideline for the construction, leasing, and operational requirements of a VA outpatient clinic, reflecting the commitment to high-quality veteran care.
Apr 1, 2025, 9:04 PM UTC
The document outlines the Security Requirements for a Facility designated as Level II for government leasing. It specifies the responsibilities of the lessor in ensuring comprehensive security measures, including access controls for entrances, common areas, and critical spaces, along with visitor verification protocols. The document emphasizes the need for high-security systems, including Intrusion Detection (IDS) and Video Surveillance Systems (VSS), to protect against unauthorized access. Landscaping requirements are established to minimize concealment opportunities, and specific guidelines are provided for safety measures during construction. Additionally, cybersecurity protocols are mandatory, prohibiting connections between building systems and federal IT networks, while urging adherence to best practices for safeguarding against cyber threats. Overall, this document serves as a framework to secure government facilities and ensure a standardized level of protection across leased properties, reflecting the government's commitment to safety and security in public spaces.
Apr 1, 2025, 9:04 PM UTC
The GSA Template 3516 details the solicitation provisions for acquiring leasehold interests in real property. It outlines critical instructions for offerors, including definitions of terms such as "discussions," "proposal modifications," and "late proposals." The document stipulates submission requirements for proposals, including acknowledgment of amendments and the conditions under which late proposals may be considered. Additionally, the proposal evaluation process is emphasized, indicating that the government seeks the best value offer and may reject any or all proposals as deemed necessary. Key elements include stipulations on compliance evaluations for contracts exceeding $10 million, the requirement for specific signatures depending on the type of lessor, and guidelines for protesting awards. It also addresses the need for contractors to be registered in the System for Award Management (SAM) and to have a unique entity identifier, ensuring compliance with federal regulations. The document serves as a structured guide for entities interested in bidding on leases, aligning with federal acquisition standards and regulations, ultimately promoting transparency and legal compliance in government procurement processes.
Apr 1, 2025, 9:04 PM UTC
The document outlines the General Clauses for the acquisition of leasehold interests in real property as per the GSA Template 3517B. It details various clauses categorized under general definitions, payment procedures, standards of conduct, adjustments, audits, disputes, labor standards, small business regulations, cybersecurity measures, and other essential provisions relevant to the leasing process. Key clauses include definitions, subletting rights, obligations upon default, maintenance expectations, payment schedules, and compliance with applicable laws. The lease agreements emphasize mutual obligations, rights to inspect, and protocols for alterations and acceptance of leased spaces. Additionally, it stresses the importance of following federal regulations and maintaining ethical conduct in business dealings. The overall document serves as a comprehensive guide for government agencies and lessors in managing leasing agreements to ensure compliance, accountability, and efficiency throughout the duration of the lease.
Apr 1, 2025, 9:04 PM UTC
This document is a Request for Lease Proposals (RLP) from the General Services Administration (GSA) for commercial space leasing. It outlines the essential elements of lease offers, including rent tables, building specifications, and financial components like shell rent, operating costs, and tenant improvement allowances. Key sections include details on square footage, parking requirements, building standards complying with fire safety and accessibility regulations, and considerations related to energy efficiency. The document requests information regarding the property, such as ownership details, historical significance, and any proposed deviations from standard requirements. Notably, it emphasizes various financial aspects, like potential free rent or space provisions, and the obligations of the offeror to comply with the terms outlined. The RLP aims to facilitate the government's leasing process by gathering comprehensive offers from potential lessors, ensuring both compliance and the best value for federal space needs. Overall, it serves as a structured guideline for commercial real estate transactions with federal entities, reinforcing the importance of adherence to established lease standards and the provision of relevant property information.
Apr 1, 2025, 9:04 PM UTC
The Lessor's Annual Cost Statement serves as a comprehensive tool for landlords providing lease proposals to the Government. It captures the estimated annual costs associated with services and utilities essential for maintaining the leased space. Key elements outlined in the statement include cleaning, heating, electrical, plumbing, air conditioning, and maintenance costs, among others. Landlords must calculate and report costs for the entire building as well as the specific area leased by the Government. Additional financial considerations include real estate taxes, insurance, and management costs, necessary for determining fair market value. Furthermore, the form requires an assessment of salaries for personnel involved in facility management, alongside utility expenses and repair costs. The document emphasizes the importance of accurate cost estimation to ensure that rental charges align with community standards. This structured reporting assists in transparent and fair lease negotiations, reinforcing compliance with federal standards during leasing processes. Overall, the Lessor’s Annual Cost Statement is vital for ensuring that both lessors and the Government have a clear understanding of financial obligations related to property leasing.
Apr 1, 2025, 9:04 PM UTC
The General Services Administration (GSA) outlines the Fire Protection and Life Safety Evaluation process for office buildings in this document, which is essential for compliance with federal regulations during the leasing of office space. The evaluation is divided into two parts: Part A pertains to spaces below the 6th floor and is completed by the Offeror or their representative, while Part B is for spaces on or above the 6th floor, requiring a licensed professional engineer. Key requirements include assessing compliance with local building and fire codes, evaluating fire protection systems such as automatic fire sprinklers and alarm systems, and identifying exit strategies. For Part B, a detailed narrative report must be provided, which includes potential fire hazards, construction types, occupancy classifications, and emergency systems. The engineer's findings must address any deficiencies, code violations, and proposed corrective actions to ensure safety and regulatory adherence. This document emphasizes the importance of thorough assessments to guarantee life safety in government office buildings and outlines necessary procedures and responsibilities for both Offerors and professional engineers, ensuring compliance with national fire safety standards. It serves as a crucial tool for evaluating the safety readiness of proposed leased spaces.
Apr 1, 2025, 9:04 PM UTC
The government document outlines the parameters for issuing federal and local Requests for Proposals (RFPs) and grants, intending to guide potential applicants in securing funding and support for various projects. Key areas of focus include eligibility criteria, funding allocations, project objectives, and compliance requirements. The structure of the document is centered on clear guidelines, illustrating the necessary steps for organizations seeking financial assistance, and emphasizing transparency and accountability in the allocation process. The document highlights the importance of rigorous evaluation metrics to assess proposals, ensuring alignment with governmental priorities and community needs. Furthermore, it underscores the significance of collaboration and partnerships among local governments, community organizations, and federally recognized entities to amplify the impact of funded initiatives. In essence, this document serves as a comprehensive resource designed to facilitate informed participation in federal and local grant programs, fostering community development and enhancement through strategic project implementation. By adhering to the outlined procedures and criteria, stakeholders can effectively contribute to achieving governmental goals of social improvement and economic development.
Apr 1, 2025, 9:04 PM UTC
This document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a form required by federal agencies to ensure compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must disclose whether they provide or use covered telecommunications equipment or services during their performance of government contracts. The form includes definitions of key terms and details the prohibitions against contracting with entities that utilize these covered services, which could pose national security risks. Offerors are instructed on how to report if they use such equipment and must provide specific details about the equipment or services if applicable. The document emphasizes the importance of conducting reasonable inquiries to determine compliance and the ongoing responsibility of agencies to review the excluded parties list in the System for Award Management. Overall, this representation aims to mitigate risks associated with certain technologies in government contracts and to uphold security standards within federal procurement processes.
Apr 1, 2025, 9:04 PM UTC
The document presents a cost summary template for Tenant Improvements, detailing construction and related expenses for government projects. It outlines a structured approach to estimating various costs associated with different construction divisions, ranging from general requirements to specific systems like plumbing, electrical, and fire suppression. Each division includes spaces for costs, which are to be compiled into subtotals for construction costs, contractor fees, and project management costs. The aim is to provide a comprehensive overview of financial requirements for government client projects under Request for Proposals (RFPs) or federal grants. The format encourages the inclusion of all subcontractor costs and distinguishes between shell and core work needed for tenant space preparation. The template serves as a critical tool for calculating total project costs while ensuring compliance with contractual obligations.
The document outlines the ARCHITECT-ENGINEER QUALIFICATIONS Standard Form 330, used by federal agencies to gather information on the professional qualifications of architect-engineer (A-E) firms for contract selection, as mandated by federal laws. The selection process relies on demonstrated competence and professional qualifications, requiring the submission of specific information through two parts: Part I for contract-specific qualifications, and Part II for general qualifications of the firm or branch office. Part I demands details about the contract, key personnel, organizational structure, and relevant projects showcasing the team's capabilities, while Part II includes a firm profile, ownership status, employee distribution by discipline, experience categories, and annual revenue data. Agencies may require supplemental forms or specific instructions related to project bids, and firms are encouraged to keep information up-to-date to facilitate ongoing selection processes. Through this structured approach, federal agencies aim to ensure fair competition and effective contract negotiations with qualified firms while adhering to procurement regulations.
Apr 1, 2025, 9:04 PM UTC
The document outlines the qualifications and financial information required from contractors seeking federal contracts. It is aimed at assessing contractors’ financial stability and compliance with federal regulations. Key sections include general information about the organization, government financial aid and indebtedness, financial statements, and contractor experience with public projects. Contractors must provide details such as their type of organization, taxpayer ID, financial history, and ownership structure. Additionally, they are required to disclose any federal debt delinquencies and submit financial statements, including balance sheets and income statements. The document emphasizes the importance of financial accountability and transparency for organizations seeking federal contracts. This is essential in ensuring that contractors can fulfill their obligations and maintain the integrity of government-funded projects. The structured format allows for a systematic collection of necessary information to evaluate contractors' qualifications effectively.
Apr 1, 2025, 9:04 PM UTC
The Past Performance Questionnaire is a tool designed by the Department of Veterans Affairs for assessing the background of Offerors (Landlords/Lessors) seeking lease awards. This questionnaire focuses solely on the Offerors and not brokers, aiming to gather insights into their previous leasing performance. Offerors must complete an initial section and, if they have relevant past performance, request evaluations from three references—current or former tenants—who will answer questions about the Offeror's capabilities regarding pricing, schedule adherence, budget compliance, maintenance response, and overall performance. The evaluation will yield a PASS or FAIL rating based on the responses, with specific standards for small businesses, potentially leading to further support from the Small Business Administration. Responses are treated as confidential and procurement-sensitive. The document outlines clear guidelines for submission, evaluation criteria, and provides contact information for support, emphasizing the importance of past performance in federal leasing agreements. This solicitation reflects on government procurement's focus on reliability and accountability among potential lessors, ensuring that the entities awarded leases meet necessary standards for performance and service delivery.
Apr 1, 2025, 9:04 PM UTC
The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 36C24W25R0072 is aimed at securing office space in San Antonio, TX, with offers due by May 1, 2025. The government seeks a minimum of 14,586 to a maximum of 16,044 ANSI/BOMA square feet in a modern quality building. Key requirements include adequate parking, a professional environment free from adult entertainment and gambling establishments, compliance with accessibility and safety regulations, and sustainability standards under the Energy Independence and Security Act. Additionally, the space must be located within a designated area of consideration and not within floodplain or hazards zones. The lease will be for ten years with government termination rights. Proposals will be evaluated based on compliance with the RLP criteria and preference will be given to historic properties. Offerors must provide financial assurances, zoning compliance, and environmental assessments, ensuring all requirements are met for consideration in the award process. This structured solicitation reflects the federal government’s rigorous process for securing leased space that aligns with its operational, environmental, and fiscal needs.
Lifecycle
Title
Type
San Antonio North CBOC
Currently viewing
Solicitation
Similar Opportunities
The Government is requesting offers to lease approximately 21,000RSF of existing office space in San Antonio, TX
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking offers to lease approximately 21,000 rentable square feet of existing office or medical space in the San Antonio, TX area, with a focus on zip codes 78251 and 78245. The leased space will serve as a clinic operated by the US Government, requiring facilities such as exam rooms, a laboratory, imaging, and pharmacy, along with private office space for medical providers to ensure compliance with privacy requirements. Interested lessors must submit their proposals by May 6, 2025, and should include an itemized rental proposal worksheet, proof of ownership, and a detailed estimate for completing any necessary finish-out of the space. For further inquiries, Kaitlin Edwards can be contacted via email at Kaitlin.R.Edwards@usace.army.mil or by phone at 817-886-1303.
X1AA - Harker Heights, TX Vet Center Relocation Lease Space
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a Vet Center space in Harker Heights, Texas, as part of its initiative to enhance support services for veterans and their families. The government requires a minimum of 6,103 ABOA square feet of contiguous space in a modern building that meets specific accessibility, security, and environmental standards, with a lease term of 20 years and options for early termination after 10 years. This procurement is crucial for providing a professional environment for readjustment counseling services, ensuring that the facility is equipped with necessary amenities and complies with federal regulations. Interested parties must submit their proposals by April 18, 2025, and can direct inquiries to Nicholas "Britt" Williams at Nicholas.Williams7@va.gov or Dominic Mabine at Dominic.Mabine@va.gov.
X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a Community-Based Outpatient Clinic (CBOC) in Hagerstown, MD, encompassing a total of 11,987 net usable square feet and up to 18,610 rentable square feet. The procurement aims to establish a facility that meets the healthcare needs of veterans, adhering to the Patient Aligned Care Team (PACT) model, with specific requirements for design, accessibility, and security features. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, ensuring compliance with federal standards and regulations. Interested parties must submit their proposals by April 14, 2025, and can direct inquiries to Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov.
McAllen Texas Mental Health Clinic (New Replacing Lease)-Canceled
Buyer not available
The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide a lease for a new mental health clinic in McAllen, Texas, following the cancellation of the previous Request for Lease Proposal (RLP No. 36C24W25R0057). The facility must encompass approximately 16,274 to 17,088 rentable square feet, comply with modern building standards, and include at least 100 designated parking spaces, with a focus on safety, accessibility, and sustainability. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational and safety requirements. Interested parties should direct inquiries to Andre Pharms at Andre.Pharms@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov, with proposals due by April 11, 2025.
X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.
X1DB--San Diego Research and Development Space Lease
Buyer not available
The Department of Veterans Affairs is seeking lease proposals for a research and development facility in San Diego, California, under Request for Lease Proposals (RLP) No. 36C10F24R0063. The facility will require approximately 44,000 ANSI/BOMA ABOA square feet of office space, designed to support veteran-related research activities, with specific features such as secure parking and compliance with accessibility and environmental standards. Proposals must be submitted by 4:00 PM EDT on May 20, 2025, with a pre-bid conference scheduled for April 2, 2025, requiring pre-registration by March 31, 2025. Interested parties can direct inquiries to Brad Ruther at BRUTHER@VCRE.us or by phone at (513) 722-6552.
RLP Solicitation: Eastside Urgent Care & Ancillary Services, East El Paso, TX (New Lease)-Canceled
Buyer not available
The Department of Veterans Affairs is seeking to lease approximately 39,000 square feet of outpatient clinic space in East El Paso, Texas, as part of its initiative to enhance healthcare services for veterans. The project aims to consolidate urgent medical services, including an Infusion/Dialysis Clinic and Behavioral Health support, into a single facility, addressing identified space gaps in the region. This lease is crucial for improving access to care for the dense veteran population in Eastside El Paso, with a focus on operational efficiency and compliance with federal standards. Interested parties should note that the solicitation has been canceled due to changing government needs, and for further inquiries, they may contact Andre Pharms at andre.pharms@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov.
X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
Buyer not available
The Department of Veterans Affairs is seeking offers for a lease of a Primary Care Annex in West Palm Beach, Florida, under solicitation number 36C248-25-R-0031. The procurement aims to secure approximately 11,886 to 12,000 ANSI/BOMA square feet of clinical space, which must include at least 100 parking spaces and be ready for occupancy by April 1, 2026. This facility will play a crucial role in providing healthcare services to veterans, emphasizing accessibility and modern medical office standards. Interested offerors must submit their proposals by May 1, 2025, to the Lease Contracting Officer, Javier Correa Ochoa, at javier.correaochoa@va.gov, with compliance to federal regulations and documentation requirements being essential for consideration.
X1DB--Georgetown/Mt Orab OH-VA Clinic Lease
Buyer not available
The Department of Veterans Affairs is seeking to lease 11,241 ABOA square feet of medical office space along with sixty parking spaces for a Community Based Outpatient Clinic (CBOC) in the Georgetown and Mt. Orab, Ohio area. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance healthcare accessibility for veterans. The lease may extend up to 20 years, with proposals due by May 5, 2025, and interested parties are encouraged to review the attached documents for detailed requirements, including compliance with safety, environmental, and accessibility standards. For further inquiries, contact Danielle Butler, Leasing Contract Specialist, at danielle.butler1@va.gov or call 216-447-8300.
X1DZ--Space for Lease in Northeast Philadelphia, PA for Veteran's Center RSF: 5,390 | NUSF: 3,992
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of space in Northeast Philadelphia, PA, specifically for a Veteran's Center. The required space encompasses approximately 5,390 rentable square feet (RSF) and 3,992 net usable square feet (NUSF), designed to accommodate various personnel, furnishings, and equipment necessary for veteran services. This procurement reflects the government's commitment to providing suitable facilities for veterans, ensuring accessibility and security in alignment with federal standards. Interested parties must submit their proposals by April 21, 2025, with inquiries directed to Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or by phone at 412-654-0530.