X1AA - Harker Heights, TX Vet Center Relocation Sources Sought for Lease Space
ID: 36C24W25R0016Type: Sources Sought
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 OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of space for a new Vet Center in Harker Heights, Texas, as part of its initiative to enhance 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 readjustment counseling services and fostering a supportive environment for veterans, emphasizing the need for high-quality facilities that reflect military pride. Interested parties must submit their proposals by May 7, 2025, and can direct inquiries to Nicholas "Britt" Williams at Nicholas.Williams7@va.gov or Dominic Mabine at Dominic.Mabine@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to the Request for Lease Proposal (RLP) 36C24W25R0016 issued by the Department of Veterans Affairs, extending the proposal expiration date from April 18 to April 30, 2025. It also outlines significant changes to the RLP, including updates to submission requirements for offerors. Key amendments include replacing references in the document to ensure clarity around the submission of Technical and Price Offers, where Technical Offers must be submitted separately and organized in a specified format due to evaluation criteria. The summary reiterates the necessity for offerors to provide comprehensive information to allow for an accurate assessment of technical merit, warning that incomplete proposals may be excluded from consideration. The signing of the document affirms its validity and stipulates that all terms not modified remain unchanged. This amendment reflects procedural adaptations to support the procurement process within the context of federal leasing initiatives for veterans' services.
    This document outlines the terms of a lease agreement between a Lessor and the United States Government, as represented by the General Services Administration (GSA). It details the obligations of both parties, including lease terms, rent payment structures, and maintenance responsibilities. The lease specifies the premises, including office and related space, and conditions for alterations and tenant improvements. Key provisions include options for termination and renewal, defining the lease duration and associated costs such as annual rent, operating costs, and specific allowances for tenant improvements. The document also elaborates on adjustments for real estate taxes and occupancy percentages, while emphasizing the necessity for compliance with various federal regulations and standards. The overall purpose is to formalize the leasing arrangement and establish clear expectations regarding the leased property, its usage, and maintenance obligations to support governmental activities efficiently. This agreement illustrates the procedural framework necessary for federal property leasing as part of government RFP processes and grants.
    The Department of Veterans Affairs is seeking to lease clinical space for a Vet Center, focusing on creating an accessible, professional environment for readjustment counseling services to veterans and their families. The requirements include a ground-floor location in a well-maintained building with easy access to various modes of transportation, adequate parking (including for disabled persons), and spaces conducive to informal social interactions. The detailed specifications outline essential features such as modern entrance controls, data and electrical outlets, soundproof offices, and designated areas for counseling and recreational interactions. The Vet Center must also provide amenities like janitorial services, HVAC maintenance, and advanced security systems, including CCTV and access control. The document emphasizes high-quality finishes, sound transmission standards, and the need for comprehensive telecommunications infrastructure to support VA operations. Additionally, there are directives for signage compliance and a sound masking system to ensure privacy. This RFP serves to enhance the community's support for eligible veterans and their families while fostering a stable facility that incorporates functional and reassuring design elements that reflect military pride.
    The document appears to be a collection of fragmented and corrupted texts, lacking coherent structure or context. It encompasses a mix of phrases, numbers, and symbols appearing random and nonsensical, indicating possible encoding errors or data corruption. The text does not convey clear topics regarding government RFPs, federal grants, or state/local RFPs. Instead, the jumbled content fails to deliver any substantive information that can be analyzed for essential ideas or key topics. Due to the fragmented nature, there are no discernible central themes, supporting details, or coherent flow of ideas that can be summarized or reported. The file seems unsuitable for any purpose related to government documents or requests for proposals. The essence captured hints at a possible mix of data meant to represent meaningful insights but is ultimately rendered unusable in its current form.
    This government file outlines the solicitation provisions for acquiring leasehold interests in real property. It details key definitions, submission guidelines for proposals, the modification and withdrawal of proposals, and the roles of various parties in executing leases. The document emphasizes the importance of timely submissions and outlines conditions under which late proposals may still be considered. It mandates that all offerors must be registered in the System for Award Management (SAM) to be eligible for award and details requirements for disclosing certain data preferences. Additionally, the file contains provisions concerning potential protests against lease awards and specifies parameters for facsimile submissions. Ultimately, the government intends to award leases based on the best value, potentially rejecting any proposals that do not meet requirements or could unduly delay the procurement process. This document serves as guidance for federal and state/local RFPs, ensuring transparency and compliance in the leasing processes within government procurement.
    The document outlines general clauses related to the acquisition of leasehold interests in real property under federal leases, as per the General Services Administration (GSA) template. It includes critical elements such as definitions, rights, responsibilities of lessors and the government, and compliance with applicable laws. Key clauses cover topics like subletting and assignment, maintenance of premises, payment terms, inspection rights, and default provisions. The lease empowers the government with rights such as incremental occupancy and the ability to make alterations, while obligating the lessor to ensure the premises are maintained and comply with safety standards. The document also stipulates payment- and audit-related clauses, emphasizing prompt payment and ethical standards. Overall, this structure aims to establish clear expectations, promote compliance with legal standards, and protect both parties' interests during the leasing agreement—reflecting the careful regulatory framework necessary for federal leasing arrangements.
    The document appears to be an inaccessible PDF file related to federal government RFPs, federal grants, and state and local RFPs. It suggests that the viewer cannot display the content due to potential compatibility issues with the software used to open it. The focus seems to be on governmental procurement and funding opportunities, guiding potential applicants on how to access and navigate these resources effectively. The mention of upgrading Adobe Reader indicates an emphasis on ensuring users have the proper tools to engage with such government documents. While the content is currently unavailable for detailed analysis, the context implies it would typically include information pertinent to applying for funding and participating in federal or state initiatives. Key structural elements of this type of document would usually include an introduction to the program, eligibility requirements, application processes, and deadlines, essential for interested parties seeking to secure government contracts or grants. Overall, the document's purpose seems to be facilitating access to government opportunities despite its current unavailability.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a form that must be completed by an Offeror when submitting proposals to the government. This form aligns with the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which bars federal agencies from procuring or renewing contracts involving certain covered telecommunications equipment or services deemed critical or substantial to any systems. Offerors are required to declare whether they provide or use any covered telecommunications services and must submit disclosure information if they affirmatively respond. It specifies definitions and procedures, including a requirement to verify against the System for Award Management for excluded parties. This representation is part of ensuring compliance with procurement regulations designed to mitigate risks associated with insecure telecommunications and surveillance systems. The document structured as a fillable form leads the Offeror stepwise through the necessary declarations, ensuring clarity and thoroughness in compliance. This representation forms a crucial part of government Requests for Proposals (RFPs) and grants, influencing the eligibility and integrity of contractors in handling sensitive telecommunications services and equipment.
    The document is an amendment to the Request for Lease Proposal (RLP) issued by the Department of Veterans Affairs, specifically Regional Procurement Office West (RPOW). The primary purpose of the amendment, identified as RLP No. 36C24W25R0016, is to extend the expiration date of the lease proposal submission from April 30, 2025, to May 7, 2025. Other terms and conditions from the original document remain unaffected by this amendment. The signing parties include Nicholas Williams, who is authorized to sign on behalf of the offerer, and a contracting officer, confirming the amendment's validity. The document maintains a formal tone typical of government communications and adheres to procedural requirements for changes to federal RFPs. Overall, the amendment reflects the government's procedural flexibility in adjusting timelines for lease proposals while ensuring compliance with established regulations.
    The General Services Administration (GSA) has issued a Request for Lease Proposals (RLP) No. 36C24W25R0016 for a lease in Harker Heights, TX, with proposals due by April 18, 2025. The government seeks a minimum of 6,103 ABOA square feet of contiguous space, ideally within a high-quality, modern building featuring robust construction and required parking spaces. The lease term is set for 20 years, with options for government termination after a firm period of 10 years. Detailed requirements include compliance with security, environmental safeguards, accessibility, and energy efficiency standards, as outlined in various sections of the RLP. Offerors must submit comprehensive proposals that demonstrate adherence to these criteria, including pricing terms, layout efficiency, and suitable amenities within the area. The RLP also emphasizes the need for sustainability through energy-efficient practices and informed compliance with federal regulations. This RLP marks a crucial step for GSA in expanding its operational footprint while ensuring quality and environmental responsibility in real estate leasing.
    The Department of Veterans Affairs (VA) is seeking sources for leasing a space for a Vet Center in Harker Heights, TX. This Sources Sought Notice (36C24W25R0016) serves as a preliminary opportunity identification rather than a solicitation. The VA requires a minimum of 6,480 Rentable Square Feet (RSF) of office space, with specific parking requirements, including 20 parking spaces with 3 ADA-compliant spaces, and mandates that the property not be located within a 100-year flood plain. The lease will be for 20 years with termination options after 10 years. Interested parties must submit their property details, demonstrating compliance with the provided criteria, including ADA accessibility and local government standards. The completion of a Capabilities Statement is also requested, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), as responses will guide potential set-asides for these firms. The project's estimated cost is anticipated between $500,000 and $1,000,000. Responses are due by November 25, 2024. This notice aims to engage interested parties in the planning stage for potential future solicitations.
    Similar Opportunities
    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--AUSTIN TX Succeeding Lease Ad/EOI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 233,894 ABOA square feet of laboratory and clinic space in Austin, TX, for a term of up to 20 years. This procurement aims to ensure the continuation of vital outpatient care at the existing Austin Outpatient Clinic, with specific requirements including 1,278 parking spaces, contiguous ground floor space, and compliance with zoning and flood plain regulations. The delineated area for submissions is strictly defined, and alternative spaces will be considered if they are economically advantageous. Interested parties must submit detailed property information and compliance evidence by December 16, 2025, at 5:00 PM EST, with specific certifications required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). For further inquiries, contact Jamie F Thompson, Supervisory Realty Specialist, at james.thompson23@va.gov.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Veterans Affairs, Department Of
    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.
    X1DB--Notice of Intent to Sole Source, Fort Worth TX Rental of Space
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 177,230 ABOA square feet of laboratory and clinic space in Fort Worth, Texas, as part of its initiative to establish a new outpatient facility. This procurement aims to secure a location that meets specific requirements, including being contiguous on the ground floor, not located in a 100-year floodplain, and zoned appropriately for VA use, with a lease term of up to 20 years. The selected space will play a crucial role in continuing to provide essential outpatient care, as the current lease expires on September 30, 2030. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit detailed property information and compliance evidence by 5:00 PM EST on December 16, 2025, to the primary contact, Jamie F. Thompson, at james.thompson23@va.gov.
    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.
    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.
    FY26 New Lease: Titusville CBOC Amendment 0004
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking offers for a new lease to establish a Community-Based Outpatient Clinic (CBOC) in Titusville, Florida. The procurement requires a facility providing between 11,040 and 12,000 ABOA square feet of medical office space, with at least 80 parking spaces, for a lease term of up to 15 years, with occupancy readiness by December 15, 2026. This initiative is crucial for enhancing healthcare services for veterans in the region, ensuring compliance with various accessibility and safety standards. Interested offerors must submit their proposals by January 29, 2026, at 3:00 PM ET, via email to Kalisha Baisden at kalisha.baisden@va.gov, with the government limiting payments to the appraised fair rental value.
    X1DB--New Lease Relocation Carmel CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified lessors to provide a new lease for a Community Based Outpatient Clinic (CBOC) in Carmel, NY, encompassing approximately 6,500 usable square feet. The selected space must be ADA compliant, located on no more than one floor (ground floor preferred), and adhere to VA Life Safety codes, with the Lessor responsible for the design and build-out of the facility to meet specific requirements outlined by the VA. This procurement is crucial for enhancing healthcare access for veterans in the region, and the VA is looking for a 10-year modified gross lease arrangement that includes maintenance, utilities, and taxes, while the VA will manage its own janitorial services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit expressions of interest by January 29, 2026, including relevant company information and evidence of compliance with NAICS code 531120. For further inquiries, contact Charles Bergeman at charles.bergeman@va.gov or call 585-393-8395.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of approximately 49,510 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Santa Maria, California, under Request for Lease Proposals (RLP) No. 36C10F250043. The procurement aims to establish a modern facility that includes essential healthcare services, with specific requirements such as a maximum of three contiguous floors, 300 on-site parking spaces, and compliance with various safety and accessibility standards. This project is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets the operational needs of multiple clinical departments. Proposals are due by January 13, 2026, with a virtual pre-bid conference scheduled for November 13, 2025. Interested parties can contact Bradford L. Seifert at bseifert@ppwashdc.com or call 202-382-2733 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.