X1AA--36C24725R0099 | SAVANNAH VET CENTER | REQUEST FOR LEASE PROPOSALS | Small Business Set Aside | Questions and Answers
ID: 36C24725R0099Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting lease proposals for a new Readjustment and Counseling Services (RCS) Vet Center in Savannah, Georgia, specifically targeting small businesses. The procurement seeks office space between 5,206 and 5,466 ABOA square feet, with a lease term of 20 years, and requires compliance with modern building standards, energy efficiency regulations, and accessibility features. This initiative is crucial for enhancing support services for veterans and their families, ensuring that the facility is safe, accessible, and conducive to providing necessary counseling services. Proposals are due by August 12, 2025, at 1 PM EST, and interested parties should direct inquiries to Lease Contract Specialist Brian C. Curtis at brian.curtis2@va.gov or (404) 432-9007, with a deadline for questions set for August 1, 2025.

    Point(s) of Contact
    Brian C. CurtisLease Contract Specialist
    (404) 432-9007
    brian.curtis2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting lease proposals from qualified small businesses for a Readjustment and Counseling Services (RCS) Vet Center in Savannah, GA. The lease will encompass between 5,206 and 5,466 ABOA square feet of class A or B office space and will require tenant improvements estimated between $1 million and $1.5 million. Key specifications include a total lease term of 20 years, access from 7 AM to 6 PM, and a minimum of 30 parking spaces, including 4 designated for handicapped individuals. The location must be in a safe area, avoiding high crime zones and flood plains, and must fall within specified geographic boundaries. Interested parties must submit all required information to the Department of Veterans Affairs by August 12, 2025, at 1 PM EST. The government will consider only those proposals that comply with the outlined requirements, emphasizing the importance of safety, accessibility, and compliance with local codes. This request for proposals marks a significant opportunity for small businesses to engage with federal contracting and support veteran services in the region.
    The Department of Veterans Affairs has issued an amendment to Request for Lease Proposal (RLP) 36C24725R0099, establishing a Questions and Answers period to clarify submission rules. All inquiries must be submitted in writing to Lease Contracting Specialist Brian C. Curtis and must include LaTonga Prather in the correspondence. Questions must be received by 08/01/2025, and responses will be posted on SAM.gov. Offerors are instructed to fill out specific sections of the document and submit them with their proposals, ensuring confidentiality by redacting property names from questions. Three specific questions from prospective offerors were addressed, covering the proposal review process, the status of prior informal offers, and the timeline for award selection. The government clarified that this RLP represents the first formal solicitation, with a set-aside for small businesses, barring large businesses from participation under NAICS code 531120. The award decision will take place post the proposal deadline of 08/12/2025, acknowledging potential delays due to recent administrative changes. This document underscores the structured process and requirements in federal leasing initiatives, highlighting engagement with stakeholders and promoting transparency in procurement procedures.
    The Department of Veterans Affairs has issued an amendment to Request for Lease Proposals (RLP) 36C24725R0099, creating a designated period for questions and answers regarding the solicitation. All inquiries must be submitted in writing to the Lease Contracting Specialist, Brian C. Curtis, with a deadline set for August 1, 2025. Responses will be provided through written amendments on SAM.gov. The document also clarifies that all proposal submissions from earlier informal phases were not considered formal offers, as this RLP is the initial formal solicitation with specific requirements for small businesses. The evaluation and selection process for contract proposals will occur after the closing date of the RLP on August 12, 2025, and may take longer due to administrative processes affecting government operations. The amendment emphasizes the importance for offerors to ensure their proposals align with the RLP's requirements, aiming for a fair and transparent procurement process.
    The Request for Lease Proposals (RLP) No. 36C24725R0099 seeks offers for a leased office space in Savannah, GA, with proposals due by August 12, 2025. The lease will be awarded based on a competitive evaluation of offers meeting specified criteria, including a minimum space of 5,206 square feet and a maximum of 5,466 square feet, for a term of 20 years. Key requirements include being located within certain geographic boundaries, modern building standards, and adherence to environmental and security regulations. Eligible offerors must demonstrate efficient space layouts and compliance with energy efficiency standards set forth by the Energy Independence and Security Act. The evaluation process emphasizes cost-effectiveness, with a focus on the lowest priced technically acceptable offer. Offerors who wish to submit must use prescribed government forms and may need to provide additional documentation during a two-step evaluation process. The RLP outlines extensive documentation requirements covering zoning compliance, financial viability, and potential environmental impacts. It reflects the government’s commitment to facilitating transparent and competitive bidding while ensuring compliance with regulatory standards in the procurement process.
    This document outlines a lease agreement between a property lessor and the General Services Administration (GSA) for government premises. The lease encompasses terms such as lease duration, rent structure, tenant improvements, and rights to use additional facilities like parking and communication equipment spaces. The lease is set for a term of 20 years with provisions for termination and renewal rights. Key financial components specify various rent elements including shell rent, operating costs, tenant improvement costs, and building-specific amortized capital, with detailed payment procedures. Specific responsibilities and obligations for both lessor and government are defined, emphasizing the need for compliance with various regulations and standards including alteration requests, tax assessments, and service adjustments. The document is structured in sections outlining the premises, rent terms, general conditions, construction standards, and additional clauses related to management, security, and operational adjustments. The comprehensive nature of this lease aims to ensure clarity on both parties' responsibilities while supporting government functions through reliable and adequately maintained facilities.
    The Department of Veterans Affairs is soliciting proposals for leasing clinical space for a new Vet Center, aimed at facilitating access to readjustment counseling services for veterans and their families. The space will need to be aesthetically pleasing, situated in a well-maintained area, and easily accessible by various transportation means, including provisions for disabled individuals. The Vet Center must accommodate informal social interactions and feature displays that emphasize military service pride. The lease will require comprehensive services from the lessor, including janitorial, security, and high-speed internet services, all covered by the annual rent. Detailed specifications outline various space requirements—including entrance, lobby, offices, restrooms, counseling rooms, and kitchens—each requiring accessibility features, secure access systems, adequate power and data outlets, and specific finishes. The document also addresses security needs, providing guidelines for surveillance, entry control, and duress alarms. This request reflects the government's objective to enhance support for veterans’ mental health and well-being through well-structured and accessible facilities. Attention to security, usability, and environmental standards is emphasized throughout the stipulations, ensuring a holistic approach to the quality and function of the Vet Center.
    This document outlines the Security Requirements for Level II government facilities, specifying the responsibilities of lessors in providing security features as part of lease agreements. Key provisions include employee access control, visitor verification, and strict security measures for critical areas to mitigate risks associated with unauthorized access. Facilities must have surveillance systems, intrusion detection systems, and duress alarms, with guidelines for installation, maintenance, and performance testing. Additionally, the document emphasizes landscaping and exterior design considerations to enhance security while addressing cybersecurity protocols to protect building control systems. Overall, these requirements aim to ensure the safety and integrity of government operations within leased spaces, aligning with federal standards while addressing specific site conditions. Lessors, through their cooperation with government authorities, are mandated to comply with these comprehensive security measures throughout the lease term.
    The GSA Template 3516A outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. The document includes definitions of key terms relevant to the proposal process, such as "Proposal modification" and "Proposal revision," and stipulates procedural guidelines for submitting proposals, including acceptable formats and deadlines. It emphasizes the importance of maintaining compliance with government regulations, including registration in the System for Award Management (SAM) and adherence to the Federal Acquisition Supply Chain Security Act. Offerors must acknowledge amendments, submit proposals on prescribed forms, and may request proposal revisions if allowed by the Contracting Officer. The Government will evaluate proposals for best value and may reject any that do not meet criteria or present unbalanced pricing. The document also discusses the procedure for handling facsimile proposals and late submissions. Lastly, it requires that offerors mark confidential information within their proposals and provides detailed signing instructions based on the offeror's business structure. This structured framework ensures transparency, competitiveness, and regulatory compliance within federal procurement processes.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property by the federal government, specifically concerning leases at or below the Simplified Lease Acquisition Threshold (SLAT). It provides essential compliance requirements for lessors, including definitions, maintenance obligations, and procedures for inspections and repairs. Key clauses detail responsibilities regarding fire and casualty damage, rights of entry for inspection, and the implications of default by the lessor. There are also provisions for payment adjustments based on the area delivered, as well as incorporation of federal safeguarding measures for information systems. Furthermore, clauses covered include prohibitions related to contractors providing equipment from certain Chinese companies and compliance with designated federal laws. The purpose of these clauses is to establish clear expectations and legal frameworks to protect the interests of both the lessor and the government, ensuring accountability, adherence to regulations, and the integrity of the lease arrangement.
    The provided document does not contain substantive content for analysis, as it is a message indicating that the PDF viewer cannot display the document’s content. Instead, it suggests upgrading Adobe Reader to access the file. Therefore, no main topic or key ideas can be identified, nor is there a coherent structure to summarize. This document seems to be a general accessibility notice rather than a formal RFP or grant notice. As such, it does not hold relevant information regarding federal or state RFPs, grants, or guidelines that could be summarized or analyzed. The focus would typically be on describing such documents' objectives and requirements if they were present. Since there is no substantial content, no further summary or analysis can be provided.
    The document is a Lessor's Annual Cost Statement, part of the federal government's Request for Lease Proposals (RLP) process. Its primary purpose is to capture estimated annual costs associated with services and utilities provided by the lessor as part of the lease agreement. The statement requires lessors to detail costs of various services such as cleaning, heating, electrical, plumbing, and maintenance, both for the entire building and specifically for the area leased by the government. Key sections include estimates for salaries, supplies, and system maintenance, as well as miscellaneous costs such as security, insurance, and real estate taxes. Essential instructions guide lessors on how to compute rentable area and estimate costs accurately, ensuring that they reflect fair market rates as per community standards. The document emphasizes an obligation for transparency and accuracy in reporting ownership costs and certification by the lessor. Additionally, it aligns with legal requirements under the Paperwork Reduction Act, ensuring that the information collected serves government needs efficiently while minimizing burdens on lessors. Overall, the statement is crucial for establishing a clear financial framework within federal leasing processes.
    The document outlines the procedures for conducting a Fire Protection and Life Safety Evaluation for office buildings offered under federal lease agreements. It differentiates between spaces located below the 6th floor (Part A) and those on or above the 6th floor (Part B). Part A requires the Offeror or their representative to complete a questionnaire regarding the building's fire safety systems and general information, while Part B mandates a licensed fire protection engineer to perform a comprehensive assessment and submit a detailed report on the building's compliance with the latest fire safety codes, including any deficiencies and recommended corrective actions. The evaluation focuses on key elements such as the building’s compliance with fire codes, the functionality of fire alarm systems, exit strategies, and emergency lighting. Additionally, it emphasizes the necessity for all submitted reports to include findings, recommendations, and related code references to be considered valid by the GSA. This document serves as a crucial aspect of the leasing process, ensuring that government office spaces meet essential safety standards before occupancy.
    The Security Unit Price List (Level II), intended for use post-award to identify costs associated with security countermeasures in a leased facility in Savannah, GA, outlines a structured pricing format for various security requirements. The list includes categories such as Facility Entrances, Lobby Access, Screening Requirements, and Cybersecurity, denoting specific areas where unit prices will be quoted. Most items are labeled as "Priced in Shell" or related to Tenant Improvements, indicating they should not be priced on this document. The document highlights that final pricing will be negotiated based on completed design plans and specifies that adjustments to security paragraphs necessitate corresponding changes in the price list. The form assists in determining baseline security expenditures while clarifying responsibilities for provided or Government-specific improvements. The overall aim is to streamline planning and budgeting for security enhancements within a government leasing framework, ensuring compliance with established security standards.
    This document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," part of compliance requirements for government contracts. It is derived from the John S. McCain National Defense Authorization Act and contains critical information that must be disclosed by any offeror wishing to engage in federal contracts or grants involving telecommunications. Key provisions include a prohibition on supplying covered telecommunications equipment or services that could threaten national security. Offerors must certify whether they will or will not provide such equipment or services and disclose necessary information, including the manufacturers and proposed usage of any covered equipment. The document requires that offerors perform a thorough review of the excluded parties list and clarify their understanding of "covered telecommunications," emphasizing the importance of transparency regarding the use of potentially harmful technologies. This compliance is critical for ensuring government contracts uphold national security standards. In summary, the representation is designed to eliminate the risk of using telecommunications infrastructure that could compromise governmental functions or security, thereby mandating a careful review and disclosure process by potential contractors.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    Armed Forces Career Center - Centerville, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 5,380 to 6,675 gross rentable square feet of commercial retail space in Centerville, Georgia, specifically for Armed Forces Recruiting purposes. The government seeks a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with options for termination rights and the provision of non-exclusive parking for 19 government vehicles. This opportunity is critical for establishing a recruiting presence in the specified area, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, potential respondents can contact James Rivard at james.p.rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil, with all submissions required to comply with federal regulations and SAM registration processes.
    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.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    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.
    R699-- Relocation and Removal Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Armed Forces Career Center - Hinesville, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.