X1DB--Port St. Lucie, Fl. Outpatient Clinic 142,811 ANSI/BOMA
ID: 36C10F25R0035Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease of a new outpatient clinic in Port St. Lucie, Florida, under Request for Lease Proposals (RLP) No. 36C10F25R0035. The project aims to secure between 119,009 to 142,811 ANSI/BOMA square feet of contiguous space to provide comprehensive healthcare services to veterans, including primary care and mental health services, with a focus on accessibility and modern design standards. This initiative is crucial for enhancing healthcare delivery to veterans in the region, ensuring that facilities meet federal regulations and operational efficiency. Proposals are due by July 30, 2025, with a pre-bid conference scheduled for June 11, 2025; interested parties should contact Realty Specialist Earnest (EJ) Jackson at Earnest.Jackson@va.gov for further inquiries.

    Point(s) of Contact
    Earnest (EJ) JacksonRealty Specialist
    Earnest.Jackson@va.gov
    Earnest.Jackson@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Request for Lease Proposals (RLP) No. 36C10F25R0035 for properties in Port St. Lucie, FL, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by 4:00 PM ET on July 30, 2025. The VA seeks 119,009 to 142,811 ABOA square feet of contiguous space in a modern building meeting specific construction and accessibility standards. Key evaluation criteria include the efficiency of layout, security level compliance, and environmental assessments. Eligibility for proposals requires adherence to various federal regulations including floodplain avoidance and historic preservation statutes. A pre-bid conference is scheduled for June 11, 2025, with questions due by June 13, 2025. The proposal must include pricing for different lease terms, and the government intends to make awards based on initial offers without further discussions. The document outlines specific technical and performance requirements and emphasizes the importance of compliance with energy efficiency and environmental standards. This RLP reflects the VA's commitment to providing suitable facilities for veterans while promoting SDVOSB participation in federal contracting opportunities.
    The document is a lease agreement between the U.S. Government, represented by the Department of Veterans Affairs (VA), and a private lessor for a property designated by Lease No. 36C10F25L0010. The terms include the leasing of specified premises, including parking rights, to accommodate the Government's needs. It outlines the lease term, conditions of rent payment, and tenant improvement responsibilities. Key details include stipulations for annual rent divided into shell rent, operating costs, and tenant improvements, with provisions for free rent during the initial months. The lease establishes guidelines for alterations, compliance with security and safety standards, and maintenance requirements. It details documentation to be included in the lease, tenant improvement schedules, and the methods for rent adjustments based on real estate tax changes, operating costs, and economic conditions. Moreover, it specifies obligations of the lessor, including upkeep and alteration requests by the Government, while maintaining compliance with Federal and local regulations. This document adheres to the procedures related to federal grants and Requests for Proposals (RFPs) in securing government contracts for real estate, showcasing a structured approach to leasing arrangements.
    The VA Financial Services Center (FSC) has launched a digital version of the VA Form 10091 (Vendor File Request Form) accessible through the Customer Engagement Portal (CEP). Vendors, including commercial and individual entities, must register with id.me to utilize this new digital service. Only System for Award Management (SAM) registered vendors will have full access to the CEP for payment histories and reports. The VA encourages non-SAM commercial vendors to complete their SAM registration for enhanced security against fraud and reduced dependency on customer support for payment inquiries. The introduction of the digital form does not alter the existing vendorization process; it simply provides an additional method for completing the necessary steps. For inquiries, vendors can reach the VA Customer Care Center. Commercial vendors can also check invoicing statuses via their Tungsten Network accounts. Overall, this initiative aims to streamline vendor interactions while ensuring security and efficiency in financial services within the VA.
    The document outlines the requirements for submitting a Past Performance List of References and a Past Performance Questionnaire (PPQ) for entities bidding on VA contracts. It specifies the submissions needed from contractors, including project information, references, and performance ratings. Contractors must indicate if the performance references relate to VA contracts, non-VA contracts, or previously completed performance questionnaires. Key sections include contractor and project information, contract details, performance evaluation criteria, and references with contact information. The document defines performance rating categories ranging from Exceptional to Unsatisfactory, guiding evaluators in assessing contractor performance across various dimensions, including quality, timeliness, customer satisfaction, management, cost management, safety, and general compliance. It emphasizes the importance of detailed narratives in the comments section to assist in evaluating performance risks. Overall, the document serves as a structured approach to gauge past performance for the VA, ensuring contractors meet required standards while promoting accountability and transparency in government contracting processes.
    The Architect-Engineer Qualifications form (SF 330) is utilized by federal agencies to collect information about the professional qualifications of architect-engineer (A-E) firms for contract selection, as mandated by legal statutes and regulations. The selection process necessitates public announcements for A-E services and evaluates firms based on demonstrated competence and qualifications. The form is divided into two parts: Part I captures contract-specific qualifications, while Part II provides general qualifications of the firm or branch office. Key sections in Part I include contract information, contact details, proposed teams, resumes of key personnel, and examples of relevant projects to illustrate the team's qualifications. Agencies may customize their instructions regarding project submissions. Part II focuses on the firm’s establishment, ownership structure, employee disciplines, experience profiles, and average revenues. This framework ensures that federal contracting objectives are met while facilitating an organized and thorough evaluation of potential A-E firms, thereby enhancing the efficiency and professionalism within government procurement processes.
    The document outlines the qualifications and financial information required from contractors seeking to engage with the U.S. General Services Administration (GSA). It collects essential details including the organization’s type, taxpayer ID, years in operation, product or service offerings, and ownership information. Importantly, the form assesses any financial liabilities such as bankruptcies, judgments, or government debts. The contractor must submit comprehensive financial statements, detailing assets, liabilities, and income, alongside information on any existing government financing. Additionally, the document includes a section for detailing past and current service contracts, vital for evaluating the contractor’s capability and performance history. Finally, the certification section requires the authorized official's confirmation of the accuracy of the information provided. This data collection is integral for determining the financial health and reliability of contractors in the context of providing services or products to federal, state, and local government agencies.
    The document presents a series of entries that include multiple unnamed lessors and government entities without providing specific details about their roles or the context of their agreements. The entries appear to be placeholders typically found in governmental contracts or related legal frameworks. Each entry aligns with common structures seen in federal RFPs or grants, where lessors and government agencies engage in contractual arrangements to facilitate various projects or services. The lack of specific information suggests that this may be a preliminary draft or template intended for further completion. It emphasizes the procedural aspect of establishing partnerships between government and private entities, indicative of ongoing initiatives in procurement or funding opportunities, though no further insights or directives are provided. Overall, the document highlights the procedural framework often encountered in governmental contracting, but lacks substantive content to analyze more deeply.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It defines key terms such as "discussions" and "proposal modifications" and sets out detailed instructions for offerors, including submission requirements and rules regarding late proposals. The solicitation emphasizes the need for proposals to be in compliance with requirements, and outlines the government's rights to reject proposals, conduct discussions, and evaluate bids to ensure the best value. Offerors are required to secure registration in the System for Award Management (SAM) and must provide specific identifiers as part of their bids. The document also includes provisions on confidentiality, the execution of leases, and compliance with federal laws including the Federal Acquisition Supply Chain Security Act. This structured approach ensures transparency, fairness, and accountability in the government procurement process, serving as guidance for potential offerors in preparing their submissions. Overall, the document supports the federal government's operational integrity in leasing real property through clear guidelines for interested parties.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property as part of government leasing agreements. It delineates key provisions applicable to lessors and the government, covering definitions, subletting and assignment terms, conditions of maintenance and inspection rights, performance obligations, payment schedules, labor standards, and compliance with laws. Each clause is assigned a reference from the General Services Administration (GSA) and Federal Acquisition Regulation (FAR), emphasizing adherence to contractual obligations while ensuring accountability and mutual rights. The document also stipulates cybersecurity requirements and equal opportunity clauses for veterans and individuals with disabilities, alongside regulations to prevent illegal activities. Overall, this comprehensive framework ensures a structured approach to leasing arrangements between government entities and private lessors, focusing on rights, responsibilities, and compliance throughout the lease duration.
    The document outlines the requirements for conducting a Fire Protection and Life Safety Evaluation for office buildings as part of the General Services Administration (GSA) prelease process. It specifies two parts to the evaluation: Part A for spaces below the 6th floor, requiring completion by the Offeror, and Part B for spaces on the 6th floor and above, necessitating a detailed report by a licensed fire protection engineer. Key elements include compliance with local building and fire codes, an assessment of fire safety systems (sprinklers, alarms), means of egress, and emergency provisions. Part A includes general building information and checks on fire protection systems, while Part B requires a comprehensive report detailing safety conditions, occupancy types, building construction, and any deficiencies. Engineers must document code violations, provide photo evidence, and recommend corrective actions. This process ensures federal workplaces maintain high safety standards and adhere to applicable codes, ultimately safeguarding occupants and facilitating compliance with government leasing requirements.
    This document certifies the energy performance of an outpatient clinic project located in Port St. Lucie, FL, in accordance with the U.S. Department of Energy (DOE) regulations outlined in 10 CFR Part 433. The certification confirms that the project will meet established energy efficiency standards mandatory for new federal buildings. It includes a section for a sign-off by an architect-engineer firm, who must provide their name, title, professional registration information, and a state seal. This certification is a key requirement within the context of federal government Request for Proposals (RFPs) and grants, ensuring that energy conservation measures are implemented in public facilities, thus promoting sustainability and compliance with regulatory frameworks.
    The document appears to be a list of lessors associated with a Veteran Affairs (VA) project. Each entry provides space for the names of the lessors and their corresponding VA designations, indicating a structured approach to cataloging entities involved in the project. The absence of detailed information suggests that this is a preliminary or template document intended for use in federal Request for Proposals (RFPs) or grant applications related to VA initiatives. The focus is likely on securing contracting partnerships in support of veteran services or facilities. The overall tone is formal, aligning with government documentation standards, yet it lacks specific details about the purpose or context of the lessor entries. The structure emphasizes organization and clarity in tracking relevant parties, which is crucial for governance and compliance within federal and state project frameworks.
    The document outlines the Agency-Specific Requirements (ASR) for the Department of Veterans Affairs pertaining to the Port St. Lucie, FL Outpatient Clinic under RLP No. 36C10F25R0035. It includes several appendices that provide essential information for the design and lease of the facility. Key components encompass the Program for Design (PFD), a Project Room Contents List (PRC), Lease Design Narrative (LDN), specifications for Information Transport Systems, and Facility Security Level requirements. Additionally, it contains conceptual design drawings for the clinic and a Lease Service Narrative (LSN). This ASR package serves as a comprehensive guideline for prospective lessors and stakeholders, ensuring alignment with VA standards and project specifications. The inclusion of detailed design narratives and security requirements showcases the VA's commitment to establishing a functional and secure outpatient healthcare facility for veterans in the region.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a requirement for offerors participating in federal procurement processes. It emphasizes the prohibition of using specific covered telecommunications equipment or services as per the John S. McCain National Defense Authorization Act of 2019. Offerors must declare whether they provide or use such equipment and disclose relevant details if affirmative. The representation includes definitions of key terms and specifies necessary actions if an offeror's use of certain telecommunications products falls under the prohibitions outlined. The purpose is to ensure compliance with federal regulations protecting against unauthorized or insecure technologies in government contracts. This protocol forms part of due diligence within federal RFPs and grants, ensuring that federal entities engage in secure procurement practices.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-Bid Conference for industry stakeholders to discuss the requirements for the Port St. Lucie, FL Outpatient Clinic, as outlined in Request for Lease Proposals (RLP) No. 36C10F25R0035 posted on SAM.gov. Interested parties must pre-register by submitting a registration form to Patricia Restrepo via email by 4:00 PM ET on June 6, 2025, and submit questions electronically by 4:00 PM ET on June 13, 2025. The conference is scheduled for 9:00 AM ET on June 11, 2025, and will take place via Microsoft Teams, with access details provided to registrants. This initiative seeks to facilitate communication between the VA and potential bidders, ensuring clarity on project specifications and encouraging competitive proposals for the outpatient clinic.
    This document outlines the requirements for the major lease and design of a multispecialty clinic within the North catchment area of the West Palm Beach VA Medical Center. The project is set for 2024, with a design focused on improving community-based outpatient services. Key functional areas include patient care, mental health, audiology, pharmacy, and laboratory medicine, featuring numerous dedicated rooms for various medical services. The facility is designed to accommodate a range of functions with specific room allocations for patient care, including exam rooms, reception areas, and support spaces such as administrative offices and staff wellness areas. The document provides detailed floor plans, room codes, area measurements, and staffing requirements, reflecting the outcomes of collaborative workshops held from August to November 2024. Each room's purpose is clearly defined to enhance operational flow, patient access, and staff efficiency. The emphasis on a well-structured layout highlights the VA's commitment to delivering comprehensive healthcare services to veterans, ensuring accessibility and modernized facilities that align with current healthcare standards and practices.
    The document outlines a project for acquiring a major lease for a multispecialty clinic located in the North Catchment Area of West Palm Beach VAMC, aimed for completion in 2024 with a midpoint projected for 2025. The document includes a detailed inventory of room contents across various functional areas within the Community-Based Outpatient Clinic (CBOC), highlighting specific equipment and furnishings required for patient care, administrative offices, and public welcome areas. Key amenities include wheelchair corrals, lactation rooms, patient care areas equipped with diagnostic tools, and spaces allocated for reception and refreshment stations. Each section lists equipment quantities, types, acquisition codes, and intended usage, ensuring that all areas of the clinic are adequately prepared to serve veterans. Furthermore, the document emphasizes the clinic's focus on comprehensive care, accommodating both medical services and supportive amenities vital for veteran wellness. Overall, this extensive inventory reflects the Department’s commitment to providing a well-equipped facility dedicated to improving healthcare delivery for veterans in the region.
    The VA Leased Outpatient Clinic (HCC) Design Narrative outlines comprehensive design and construction standards for the development of a new VA leased facility. The document specifies various requirements related to general compliance with codes, standards, and references crucial for healthcare facility design, including accessibility, safety, and operational efficiencies. Central to its focus are the guidelines for patient-centered medical homes and Community Based Outpatient Clinics (CBOC). The narrative addresses key planning and design criteria, including site accessibility, architectural and interior design specifications, mechanical and plumbing systems, as well as electrical and telecommunications infrastructure. Detailed requirements, such as room dimensions, acoustics, and specialized patient accommodations (e.g., bariatric care), are provided to ensure a high standard of healthcare delivery. Moreover, the document mandates visual and functional design to facilitate patient navigation within the facility, emphasizing the importance of signage and wayfinding. The inclusion of construction observation protocols and robust photographic documentation throughout the project lifecycle further aims to ensure transparency and adherence to standards. This narrative serves as a critical guide for contractors responding to government RFPs, reinforcing the VA's commitment to quality and safety in veteran healthcare facilities.
    The document outlines specifications for various rooms within a Community-Based Outpatient Clinic (CBOC), focusing on compliance with Facility Guidelines Institute (FGI) standards and ASHRAE requirements. It details the construction parameters for each room, including materials for floors, walls, ceilings, and finishes, alongside specific HVAC and electrical specifications. Each room's intended purpose—ranging from patient care areas and waiting rooms to specialized functional spaces—is described with insulation, temperature control, humidity, air change rates, and noise level requirements. Key considerations include ensuring meeting the minimum sound isolation and environmental control standards necessary for health care settings. Lighting fixtures, outlet requirements, and furniture details are also specified for optimal functionality and compliance. The document serves to guide planners and contractors in the development or renovation of these clinic facilities, ensuring that they meet federal health care standards and local building codes. By providing a structured overview of the necessary details for each room, it facilitates a streamlined building process that prioritizes patient comfort and operational efficiency.
    The document outlines the specifications and designs for the Community-Based Outpatient Clinic (CBOC) Information Transport Systems under the Department of Veterans Affairs. It includes specifics on infrastructure, telecommunications, and equipment needed to support technology operations within the facility. Key aspects include guidelines for the installation of copper patch panels, fiber distribution, rack elevations, and power distribution systems, ensuring compliance with performance categories and safety standards. The design delineates the required specifications for various telecommunications components, server cabinets, work area outlets, and vertical cable management. Additionally, it emphasizes the necessity of adequate clearance around equipment and proper power input configuration to maintain operational efficiency and reliability. This comprehensive design serves as a vital resource for contractors and stakeholders involved in the modernization and establishment of IT infrastructures in healthcare settings, ultimately aimed at enhancing service delivery to veterans.
    The document serves as a guide for government organizations regarding the submission and management of Requests for Proposals (RFPs) and grants at federal, state, and local levels. It outlines protocols for disseminating information, structuring proposals, and ensuring compliance with regulations. Key elements include eligibility criteria for applicants, timelines for submission, evaluation processes, and budgetary considerations. Additionally, the document emphasizes the importance of transparent communication and collaboration among stakeholders to facilitate successful project implementation. A systematic overview of federal grant applications is provided, alongside specific state and local requirements that applicants must adhere to for funding. The essence of this document lies in its directive to enhance operational efficiency and accountability in managing government-funded initiatives, thereby fostering effective community service and program delivery.
    The document outlines security requirements for leasing facilities designated as Facility Security Level II (FSL II) by the Department of Veterans Affairs (VA). Key security features include signage, landscaping, site lighting, vehicle access controls, and secured entrances. Specific areas, such as critical zones containing sensitive data or equipment, must include measures like intrusion detection systems (IDS), video surveillance systems (VSS), and high-security locks. The document emphasizes blast resistance for structures, vehicles, and utilities while detailing procedures for emergency power and cybersecurity. The requirements are structured into distinct sections addressing site security, structural integrity, facility entrance security, and operational protocols. Each section delineates mandatory actions for lessors, ensuring compliance with established regulatory standards. Lessor’s responsibilities include implementing a Facility Security Plan, developing cybersecurity measures, and executing ongoing system maintenance and testing. The overarching aim is to ensure safety, protect sensitive information, and secure building infrastructure against various threats. This framework is integral to the VA's commitment to safeguarding its facilities and the individuals within them.
    The document is a comprehensive outline for the layout and facilities of a new U.S. Department of Veterans Affairs healthcare location in Port St. Lucie. It details the spatial configurations and allocation of various departments such as mental health, audiology, pharmacy, and multipurpose rooms. Each section specifies square footage and intended use, showing a clear design aimed at improving the accessibility and quality of care for veterans. Key areas include reception, waiting rooms, and counseling spaces, all designed with a focus on creating a welcoming environment for veterans and their families. The document emphasizes the inclusion of essential facilities like cafés, storage for medical equipment, and areas for procedural activities. Furthermore, it signifies the adherence to safety and regulatory standards throughout the construction, ensuring all spaces will meet health codes and operational efficiency. This initiative reflects the commitment of the VA to modernize their healthcare facilities while prioritizing patient-centric service delivery.
    The document is a Combined Synopsis/Solicitation Notice for a lease project at the Port St. Lucie, Florida Outpatient Clinic, soliciting proposals for the provision of space as per federal requirements. The contracting office, part of the Department of Veterans Affairs, seeks submissions by July 30, 2025, targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). It outlines critical details including the solicitation number (36C10F25R0035), the contracting office's address in Washington, D.C., and the point of contact for inquiries, Patti Restrepo. The document includes several attachments, which detail agency-specific requirements, design narratives, compliance forms, and contractor qualifications for prospective bidders. This solicitation is crucial for ensuring that the VA meets its space requirements to provide healthcare services effectively while adhering to federal contracting standards and supporting veteran-owned businesses in the process.
    The document is an amendment to a previously issued Combined Solicitation for an Outpatient Clinic in Port St. Lucie, Florida, managed by the Department of Veterans Affairs. The solicitation number is 36C10F25R0035, with responses due by July 30, 2025, at 4 PM Eastern Time. It is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), using the NAICS code 531120 for real estate management services. Attached documents include an updated request for proposal (RLP) with a question and answer matrix and a pre-bid transcript, indicating the ongoing development and clarification for potential bidders. The Real Estate Specialist is the point of contact for further inquiries. This amendment reflects the government's intent to ensure transparency and facilitate participation from eligible businesses in providing necessary healthcare facilities for veterans.
    The VA Lease Service Narrative outlines maintenance and service requirements for leased outpatient clinic facilities. It emphasizes compliance with federal, state, and local codes, including safety standards and environmental regulations. The document details the responsibilities of the lessor regarding utilities, HVAC maintenance, janitorial services, and landscaping. Proper management protocols for medical gas systems, electrical systems, and emergency services are specified to ensure operational integrity and safety. Additionally, the narrative mandates environmentally sustainable practices in the selection of cleaning products and paper supplies, reinforcing the importance of safety and compliance with health regulations across facilities. Emphasizing routine inspections, maintenance schedules, and responsiveness to emergencies, the document highlights the VA’s commitment to maintaining safe, efficient, and clean healthcare environments for patients and staff. Overall, the narrative serves as a guiding framework for managing VA-leased spaces, ensuring high standards of care and compliance throughout the lease period.
    The Offering Entity Acknowledgement Form for Port St. Lucie, FL's Outpatient Clinic (RLP ID: 36C10F25R0035) serves to collect essential information from potential offerors seeking to submit proposals. This form requires precise details about the entity's name, address, UEI number, and tax identification, as well as contact information for an authorized official. The form also assesses the offeror’s status as a prime contractor, including designations such as Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business (SB), and their certification status in SAM under NAICS 531120 and VetCert. Respondents must confirm their compliance with sam.gov regulations regarding representations and their operating agreements. Failure to provide complete and accurate information risk rendering proposals non-responsive, underlining the importance of thorough submission in the government procurement process. The document's structure emphasizes the requirement for clear identification and verification of entities in the proposal evaluation.
    The document is an Offeror Proposal Compliance Matrix for RLP No. 36C10F25R0035 concerning the Outpatient Clinic (OPC) in Port St. Lucie, FL. It outlines the requirements that bidders must fulfill when submitting proposals, divided into volumes: Technical Proposal, Price Proposal, Environmental requirements, and Additional Submittals & Financial Capability. Each section specifies necessary documents, data, and compliance with outlined standards such as evidence of environmental compliance, technical quality, and financial stability. The matrix expects thorough responses from offerors, including site assessments, technical plans, past performances, and documentation of socio-economic status, ensuring adherence to federal standards. Emphasis is placed on submitting information in specified formats, referencing RLP sections for clarity, and demonstrating the ability to meet operational and maintenance standards. The structure encourages meticulous organization of proposals to meet government criteria efficiently. Overall, the matrix serves as an essential tool for ensuring comprehensive and compliant submissions for the proposed clinic, promoting transparency and standardization in the bidding process, vital for effective government contracting and project execution.
    The provided document appears to be a notification regarding the need for an updated version of Adobe Reader to access PDF content. It does not contain relevant information about federal RFPs, grants, or state and local RFPs. The message suggests that the current PDF viewer may not display the document adequately and provides links for downloading the latest version of the Adobe Reader, highlighting its compatibility with various operating systems. The communication serves solely to address technical requirements for document access, rather than conveying substantive government information or proposals related to funding or requests for proposals.
    The document outlines the Request for Proposals (RFP) from the Department of Veterans Affairs for the Outpatient Clinic (OPC) in Port St. Lucie, FL, under RLP No. 36C10F25R0035. Offerors are instructed to fill out specific cells in Attachment #1 to Form 1364, providing all financial details in real dollars with two decimal points. Key areas include total rentable square feet, annual operating expenses, tenant improvement costs, and various rent calculations for different lease terms. The document specifies that no copied values or formulas should be included. It emphasizes transparency and accuracy in financial reporting while outlining the structure for calculating rent and operating expenses over 15 and 20-year firm terms. The submission's objective is to solicit comprehensive and competitive proposals from potential lessors to secure suitable facilities for veteran healthcare services, reflecting the federal government's commitment to quality care for veterans.
    The document is the Lessor's Annual Cost Statement, which outlines the estimated annual costs of services, utilities, and ownership associated with a leased government building. It is designed for use in government lease proposals (RLPs) and requires lessors to provide detailed estimates for a range of services—including cleaning, heating, electrical, plumbing, and maintenance—both for the entire building and the specific area rented by the government. The lessor is required to quantify costs for various operational aspects, such as supplies, system maintenance, and property taxes, to help determine the fair market value of the leased space. This document serves as a crucial element in ensuring lease agreements reflect competitive community rates and assist in transparent financial evaluations of government property leases. The comprehensive instructions also guide lessors on how to accrue and report costs accurately. Ultimately, it ensures accountability and helps in assessing the total financial impact of managing government properties.
    The document outlines specific requirements and clarifications for the construction and design of a new facility in Port St. Lucie, FL, as part of a federal government RFP process. It addresses various sections of the lease and design narrative, including completion conditions related to seismic compliance, Green Globe certification for sustainability, elevator capacities, unique patient transport features, and aesthetic elements such as flagpole heights. The anticipated award date for the project is projected for Q4 2026, subject to budget timelines. Furthermore, detailed specifications about healthcare-related infrastructure—like the inclusion of medical gases, the necessity of a nurse call system, and additional electrical or HVAC requirements—are mentioned, along with restrictions on shared spaces and parking usage. Additional notes emphasize energy performance standards compliance, and the document concludes with exacting instructions and contextual guidelines relevant to this multifaceted development. Overall, this file reveals the meticulous attention to compliance and detailed requirements that are crucial to the evaluation of the RFP for the new VA healthcare facility.
    The Port St. Lucie VA Pre-Bid Conference on June 11, 2025, focused on the RLP #36C10F25R0035 for an outpatient clinic. Led by Ernest Jackson, the conference provided an overview of project requirements, emphasizing the need for proposals from service-disabled veteran-owned small businesses. The project entails a fully serviced lease with a maximum area of 142,811 ABOA square feet, including 850 parking spaces, and will provide primary care, mental health services, and ancillary services. Participants were informed of critical compliance requirements such as environmental assessments, site accessibility, and designs adhering to federal regulations. A 15- and 20-year financial proposal was requested, and all proposals must adhere to specific evaluation factors, including location, design, delivery schedules, qualifications, and operation plans. The conference highlighted the importance of submitting a comprehensive proposal with no conditional offers, emphasizing the need for accurate and consistent documentation. Questions were solicited by June 13, with the submission deadline set for July 30. The session underscored the VA’s strategic goal of enhancing healthcare access for veterans while ensuring compliance and thorough assessment in the proposal process.
    Amendment No. 1 to Request for Lease Proposal No. 36C10F25R0035, dated June 23, 2025, pertains to the Veterans Affairs office in Port St. Lucie, FL. This amendment includes two key documents: a Q&A Matrix and a pre-bid transcript, both integral to the proposal process. Respondents to the Request for Lease Proposal (RLP) must acknowledge receipt of this amendment by signing and returning the form included. The acknowledgment is to be submitted alongside the initial offer, ensuring all potential bidders are aware of the latest updates and information that could affect their proposals. The amendment ensures transparency and adherence to proper procedural requirements within the government bidding context.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    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.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Veterans Affairs, Department Of
    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.
    Gainesville Pain Clinic Succeeding Lease FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease clinic space for the Gainesville Pain Clinic as part of its FY26 Succeeding Lease initiative. The requirement includes a minimum of 9,004 NUSF/10,355 RSF and a maximum of 9,180 NUSF/10,557 RSF within a specified area of Gainesville, Florida, with a lease term of 7 years (3 firm, 4 soft) and the provision of 40 ADA-compliant parking spaces. This opportunity is critical for ensuring that the VA can continue to provide necessary healthcare services to veterans, adhering to government standards for fire safety, accessibility, seismic, and sustainability, while avoiding locations within a 1% annual chance floodplain. Interested parties, including property owners and brokers, must submit relevant property information, including layouts and pricing, by December 8, 2025, at 3:00 PM EST to Kalisha Baisden at kalisha.baisden@va.gov. This notice serves as a market research effort and is not a solicitation for offers, with no commissions paid by the VA.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 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 various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Veterans Affairs, Department Of
    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.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    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.
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.