X1AA--Detroit Michigan Vet Center Relocation
ID: 36C25025R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, 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 relocation of the Detroit Michigan Vet Center, requiring approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and a maximum of 5,505 Rentable Square Feet (RSF) of contiguous space. This procurement is essential for providing readjustment counseling services to veterans and their families, ensuring the facility is conveniently located and accessible, with necessary amenities and security features. Proposals are due by November 22, 2024, at 1 PM Eastern Time, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov or 317-988-1544 for further details.

    Point(s) of Contact
    Kevin AdkinsLease Contract Specialist
    (317) 988-1544
    LCO Theodore Posuniak
    kevin.adkins@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting for the relocation of the Detroit Michigan Vet Center, seeking approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and a maximum of 5,505 Rentable Square Feet (RSF) of contiguous space. The solicitation, numbered 36C25025R0005, is part of a requirement that was previously advertised under a different number due to a change in fiscal year. The response deadline for proposals is set for November 22, 2024, at 1 PM Eastern Time. The notice outlines the contracting office's contact information, including Lease Contract Specialist Kevin Adkins, and provides a URL to the Department of Veterans Affairs' website. Multiple attached documents contain detailed requirements and guidelines related to the lease proposal, including security requirements, contractor provisions, and forms necessary for submission. This solicitation is an example of federal RFP processes aimed at fulfilling specific needs within the Veterans Affairs system while adhering to budgetary and regulatory frameworks.
    The document is a Request for Lease Proposals (RLP) from the Veterans Affairs (VA) for a new lease for the Detroit Vet Center in Michigan (RLP No. 36C25025R0005), with proposals due by November 22, 2024. It outlines specific requirements and conditions for potential Offerors, including the amount and type of space needed (approximately 3,844 to 5,505 Rentable Square Feet), lease terms lasting up to 20 years, and necessary location criteria, such as proximity to public transportation and amenities. It details eligibility requirements, security specifications, and emphasizes compliance with federal standards, particularly regarding accessibility, energy efficiency, and environmental safety. The document also describes the submission process for proposals, including necessary forms and documentation. The purpose of the RLP is to solicit bids from capable landlords to provide a facility that meets VA's operational and security needs, establishing a framework for proposal evaluation and lease award. Overall, the RLP aims to facilitate a transparent and competitive process that aligns with federal contracting standards.
    The document is a lease agreement between the Department of Veterans Affairs and a Lessor concerning rental space. It outlines the lease terms, including premises description, rent structure, and tenant improvement responsibilities. The Government will pay monthly rent based on specified rates for shell rent, operating costs, and tenant improvements, with provisions for potential rent adjustments based on occupancy and tax considerations. The lease includes details on termination rights, renewal options, and maintenance obligations, emphasizing the Government's rights to utilize appurtenant areas, such as parking and telecommunications space. Specific conditions related to alterations requested by the Government, modifications for occupancy, and the handling of real estate taxes are also delineated. The document indicates compliance with regulatory standards and incorporates various attachments relevant to the lease agreement. Overall, it serves to formalize the rental relationship between the Government and the Lessor, ensuring all necessary legal and financial stipulations are met for the duration of the lease.
    The Department of Veterans Affairs seeks to lease contiguous clinical space for a new Vet Center, aiming to provide readjustment counseling services for veterans and their families. The facility must be conveniently located, accessible via various transportation modes, offer ample parking (including accessible spaces), and create a welcoming environment. Essential room specifications include a secure entrance, a lobby with ADA-compliant amenities, multipurpose counseling rooms, accessible restrooms, and a well-equipped kitchen. Further requirements dictate the provision of security systems, telecommunications infrastructure, and professional-grade finishes as outlined in the lease specification. Emphasis is placed on soundproofing, safety protocols, and aesthetic appeal, with additional focus on community interaction areas and veteran-themed displays. Signage must adhere to VA guidelines and local codes. This Request for Proposal (RFP) demonstrates the government's commitment to enhancing veteran support services through professional spaces tailored for counseling and community engagement. Proposals must meet established standards, ensuring a conducive environment for the intended counseling services while adhering to strict VA procedures and regulations.
    This document outlines the security requirements for federal facilities designated as Facility Security Level II. It details obligations for Lessors regarding employee access control, visitor screening, and securing critical areas within the property. Key components include identity verification, public restroom access control, and maintaining secured utility areas through high-security measures. It also stresses the importance of rigorous landscaping practices to deter concealment and mandates specific security systems, such as video surveillance and intrusion detection systems. Additionally, Lessors must develop construction security plans and comply with stringent cybersecurity protocols that prevent unauthorized connections to federal IT networks. The document emphasizes a collaborative approach between Lessors and government officials to establish and maintain site security, with a focus on protecting sensitive information and emergency protocols. Overall, it defines comprehensive measures necessary for ensuring the safety and integrity of government operations within the leased space.
    The GSA Template 3516 outlines solicitation provisions for acquiring leasehold interests in real property. It describes definitions, submission instructions for proposals, and guidelines for proposal modifications and revisions. Important procedures for late submissions due to various circumstances are detailed, ensuring potential offerors understand conditions under which their proposals may be accepted. The document emphasizes compliance with federal guidelines, indicating that proposals must be submitted in a specific format, with clear identification of any deviations from the solicitation requirements. Offerors must also be aware of restrictions on data disclosure and the required procedures for providing sensitive information. It mandates that contractors and subcontractors involved in contracts of $10 million or more undergo a pre-award compliance evaluation unless previously deemed compliant. The document further outlines requirements for parties executing the lease and procedures for registering in the System for Award Management (SAM), crucial for any potential award. Overall, this template serves as a comprehensive guide for offerors, ensuring compliance with government contracting procedures and promoting transparency in the leasing process for real property.
    The document outlines the General Clauses related to the acquisition of leasehold interests in real property, specifically referencing the RLP# 36C25025R0005. It details various clauses applicable to federal leasing agreements, including definitions, subletting provisions, maintenance responsibilities, and conditions for inspections and alterations. Key provisions emphasize tenant rights, obligations of the lessor, and compliance with applicable laws, including safety and accessibility standards. Additional clauses focus on payment protocols, assignment of rights, and adherence to ethics and anti-kickback procedures. Furthermore, the document sheds light on obligations concerning timely repair and restoration following damage, the importance of small business considerations, and the necessity for maintaining security and safeguarding government information. The overarching purpose of this document is to establish a clear framework and set of expectations for federal leasing agreements, ensuring accountability and compliance throughout the leasing process.
    The document appears to contain information about an issue related to PDF display and technical support for Adobe Reader. It emphasizes the need for users to upgrade their software to properly view the document's contents. The file mentions that Windows, Mac, and Linux are trademarked operating systems and provides links for users to download the latest version of Adobe Reader or access help if required. However, there is no specific content regarding federal RFPs, federal grants, or state and local RFPs available in this document, as the message indicates a problem with displaying the intended material. Thus, the primary focus here is on troubleshooting and ensuring access to the appropriate material through software updates rather than presenting substantive information on government requests or grants.
    The document contains an alert regarding compatibility issues with a PDF viewer that may prevent proper display of the contents. It suggests upgrading to the latest version of Adobe Reader for optimal access to the file, while also providing links for assistance. This warning serves to inform users about potential technical difficulties related to the document format rather than presenting specific information on federal government RFPs, grants, or local state RFPs. The primary purpose of the message is to ensure that users can access the necessary documents effectively by using appropriate software. Overall, the content lacks substantial information concerning the main topic of RFPs or grants, emphasizing the need for the right tools for viewing government files.
    The GSA Form 12000 outlines the Fire Protection and Life Safety Evaluation process for office buildings offered for lease, divided into two parts based on building height. Part A, completed by the Offeror for spaces below the 6th floor, includes general building data and checks for compliance with fire safety systems, such as automatic sprinkler and fire alarm systems. It assesses exit signs, emergency lighting, elevators' features, and requires the Offeror’s attestation of information accuracy. Part B, meant for spaces on the 6th floor or higher, requires a comprehensive report by a licensed fire protection engineer detailing the overall building safety, code compliance, existence of hazardous areas, means of egress, and operational fire systems. This section addresses deficiencies and recommends corrective actions with reference to applicable safety codes. The evaluation process emphasizes the importance of compliance with local and national fire safety regulations, ultimately ensuring the safety of government-occupied spaces within leased buildings. The form mandates thorough documentation and accountability in ensuring the offered spaces meet safety requirements prior to acceptance under lease agreements.
    The document outlines a construction cost estimate for the VA Vet Center project in Detroit, MI, identified as project number 36C25025R0005. It details various construction categories categorized according to the Masterformat CSI standards, including general requirements, site work, concrete, plumbing, HVAC, and electrical systems. Each division includes sections for material and labor costs, although specific figures are not provided, remaining placeholders. The document also features a Tenant Improvement Cost Summary (TICS), reflecting financial calculations associated with tenant improvements and outlining project-specific requirements necessary for completing the TICS table. Several analyses, such as high impact cost percentages and tenant fit-out descriptions, are suggested to ensure comprehensive project financial planning. The primary purpose of this document is to provide a structured approach to estimating costs for the proposed renovations to the Vet Center, aligning with federal guidelines for facility upgrades. Emphasis is placed on preparing accurate and detailed financial estimates to facilitate transparency and compliance within government contracting standards. Overall, this document serves as a preliminary financial outline for stakeholders to understand the required budget for the Tenant Improvement project at the Detroit VA facility.
    The VA Handbook 6500.6 Appendix D outlines the Contractor Rules of Behavior, establishing the terms for contractors' access and use of VA information systems and resources. Key points include the lack of privacy expectation when using VA systems, consent to monitoring by authorized personnel, and strict prohibitions against unauthorized access or misuse of data. Contractors must comply with essential security measures, including not using personal devices for sensitive information, creating secure passwords, and safeguarding VA information from unauthorized disclosure. Additionally, the document stresses the responsibility of contractors to follow established procedures for accessing accounts, report security incidents, and ensure compliance with specific regulations. It emphasizes that subcontractors are equally bound by these rules. The document concludes with an acknowledgment form confirming the contractor's understanding and acceptance of these terms. This User Agreement functions as a crucial element of the VA's information security framework, aiming to protect sensitive Veteran data while outlining the obligations of contractors under federal agreements.
    The document serves as a synthesis of federal requests for proposals (RFPs) and grants, specifically focusing on the guidelines and standards relevant for potential proposals in governmental contexts. It outlines critical components for proposal submissions, such as eligibility criteria, project objectives, budgetary requirements, and compliance with legal and regulatory frameworks. Key ideas include the importance of adhering to defined scopes of work, maintaining transparency in financial reporting, and ensuring that all submissions align with strategic governmental priorities. Additionally, the document emphasizes the necessity for potential contractors and grant seekers to demonstrate their capacity and past performance through data-driven metrics and evidence of successful project execution. The structure of the document is primarily modular, categorizing information into sections that define the proposal process, relevant stakeholder roles, and timelines. These components serve to enhance clarity for applicants and ensure a higher standard of performance and accountability in publicly funded projects. Ultimately, this document acts as a comprehensive guide to facilitate effective participation in federal and state funding opportunities.
    The document pertains to the Request for Lease Proposals (RLP) by the Network Contracting Office 10, specifically for RLP No.: 36C25025R0005. The main purpose of this document is to gather accountability from the Offeror regarding their provided information, which is crucial for the evaluation process of the lease proposal. Key elements include details about the Offering Entity, such as name, address, Unique Entity Identifier (UEI) number, Tax Identification Number, and the names and contact information of authorized officials. It also requires confirmation of the authorized official's status in relevant databases, as well as the size status of the Offering Entity—indicating whether they are a Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Small Business (SB), or Large Business. The submission date and time for receiving offers are also addressed, indicating the importance of precise timing in the proposal process. The document emphasizes the need for the accuracy of information provided, underscoring its significant role in the proposal's evaluation. This structured approach is typical in government RFPs, reflecting the procedural rigor involved in federal contracting.
    The document is a Request for Lease Proposals (RLP) from the Department of Veterans Affairs (VA) concerning a leasing initiative for the Detroit Vet Center. It includes a confidentiality certificate stipulating that the content related to physical security design standards is for official use only and must not be disclosed. Contractors must certify their commitment to confidentiality, ensuring access is limited to authorized personnel directly involved in the VA contract. The document lists necessary compliance requirements for all parties, underlining the importance of protecting sensitive information. The main purpose of this RLP is to solicit lease proposals while establishing security protocols for handling confidential documents and demonstrating the VA's commitment to maintaining privacy in its operations. Compliance with these protocols is critical for both the integrity of the procurement process and the safeguarding of veterans' facilities and related security concerns.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-Proposal Conference aimed at facilitating dialogue between the agency and interested industry parties regarding requirements outlined in Request for Lease Proposals (RLP) No.: ____________________. The conference will focus on standards for ANSI/BOMA SF and parking spaces. Potential attendees must pre-register by submitting a registration table to designated contacts before October 15, 2024, and are encouraged to present their questions electronically by the same date. The event is scheduled to take place virtually on October 17, 2024, at 1 PM EST. This initiative is part of standard procedures in government RFP processes, ensuring clarity of expectations and fostering collaboration among stakeholders for future contractual agreements.
    The Past Performance Survey Form, part of the Request for Lease Proposal (RLP) 36C25025R0005, collects evaluations of lessor performance in leased spaces. It must be completed and submitted via email by references before the proposal closing date. The survey uses a rating scale of Exceptional (E) to Unsatisfactory (U) to assess elements such as management of leased space, customer satisfaction, and timeliness regarding construction and service delivery. Evaluators can provide narratives on the lessor’s strengths, areas for improvement, compliance difficulties, and reservations about future solicitations. There is a specific inquiry about any lease terminations for default or convenience, and evaluators are required to summarize their overall assessment using the provided rating scale. This structured feedback aims to measure the effectiveness of performance in government leases, informing future procurement decisions based on past outcomes.
    The document outlines the codes and standards applicable to the construction of the new Detroit Vet Center, classified as a "B" (business) occupancy due to the nature of its patient care. Key requirements include compliance with the NFPA 101 Life Safety Code, Joint Commission standards, and various state and local regulations. The design and construction must also adhere to the Facility Guidelines Institute Guidelines, OSHA standards, and accessibility standards such as the Americans with Disabilities Act and Architectural Barriers Act. Additional guidelines cover energy management via ENERGY STAR and sustainable practices through Green Globes. The document emphasizes the importance of coordination with the local VA interior design team for room finishes and hardware specifications, as well as considerations of physical security and resiliency. This comprehensive regulatory framework is crucial for ensuring that the facility is safe, accessible, and sustainable in its operations.
    The document outlines the representation requirements for Offerors regarding the provision of telecommunications and video surveillance services or equipment under government contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes that the Offeror, defined as the property owner, must disclose whether they will or will not provide covered telecommunications equipment or services and describes the prohibitions against using such equipment as critical components in government contracts, effective from specified dates. Offerors must conduct reasonable inquiries and review excluded parties lists to comply with these regulations. Detailed disclosures are required if the Offeror intends to provide or uses any covered telecommunications equipment or services, necessitating specific information about the equipment, producers, and proposed usage under the given prohibitions. Overall, the provision intends to ensure national security by regulating the use of potentially harmful telecommunications equipment in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DB--Milwaukee Vet Center Request for Lease Proposal (RLP)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking lease proposals for a new Vet Center in Milwaukee, Wisconsin, through Request for Lease Proposal (RLP) Number 36C25225R0008. The procurement aims to secure a facility that meets specific requirements, including a minimum of 5,200 square feet of contiguous clinical space, designed to provide a professional and accessible environment for veterans and their families. This initiative is crucial for enhancing the delivery of services to veterans, ensuring compliance with VA standards, and fostering a supportive atmosphere for care. Proposals are due by November 22, 2024, at 4 PM Central Time, and interested parties should contact Matthew Wright at matthew.wright2@va.gov or 414-844-4833 for further information.
    X1AA--Primary Care Annex Lease - Saginaw-Auburn MI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 25,000 ABOA square feet of space and 150 parking spaces for a Primary Care Annex in Saginaw-Auburn, Michigan. The leased space must meet specific requirements, including being located within a defined area, preferably on the first floor, and compliant with various zoning and safety standards. This opportunity is crucial for enhancing healthcare services for veterans, and interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are encouraged to respond by November 15, 2024, at 3:00 P.M. local time, with submissions directed to Lisa Newlin at Lisa.Newlin@va.gov.
    X1AA--Oscoda Clinic Lease New/Replacing Lease (14,000-NUSF)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 14,000 ANSI/BOMA square feet of space in Oscoda, Michigan, intended for use as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations and potential sources for the lease, which may extend for a term not exceeding 20 years, and includes requirements for 100 parking spaces and compliance with federal and local regulations. This opportunity is particularly significant for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) registered at www.vip.vetbiz.gov, as the government is conducting market research to determine if the acquisition should be set aside for these entities. Interested parties must respond by November 11, 2024, at 3:00 P.M. local time, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or Lee Grant at Lee.Grant@va.gov.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1AA--West Branch VA Clinic Lease (VA-25-00008711)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 22,000 ABOA square feet of space in West Branch, Michigan, to be utilized as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations that meet specific requirements, including accessibility to public transportation and proximity to essential amenities, while ensuring compliance with federal and local government standards. Interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their responses by November 15, 2024, at 3:00 P.M. local time, and can contact Lisa Newlin at Lisa.Newlin@va.gov or Lee Grant at Lee.Grant@va.gov for further information.
    X1DB--Junction City, KS Outpatient Clinic 42,731-47,409 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing arrangements for an outpatient clinic located in Junction City, KS, under solicitation number 36C10F24R0014. The clinic requires a space ranging from 42,731 to 47,409 ANSI/BOMA square feet, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to support veteran-specific health care needs. This procurement is crucial for ensuring that veterans have access to necessary outpatient services in a compliant and efficient manner. Interested parties must submit their proposals by December 9, 2024, at 4 PM ET, and can contact Mayra I Rosa, the Lease Contracting Officer, at mayra.rosa@va.gov for further information.
    Augusta Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 4,448 Net Usable Square Feet (NUSF) of Class A office or medical space in Augusta, Georgia, for the Charlie Norwood VA Medical Center. The leased space must accommodate personnel, furnishings, and equipment, and include a fully serviced lease covering janitorial services, basic cable, guest high-speed internet, security monitoring, maintenance, and all utility costs. This procurement is crucial for providing efficient and accessible services to veterans, ensuring that the facility meets specific requirements such as a minimum of 30 parking spaces (including 5 ADA compliant), easy access for special needs transportation, and compliance with safety and security standards. Interested parties should submit their proposals by November 29, 2024, and can contact Kalisha Baisden at kalisha.baisden@va.gov or 803-221-1806 for further information.
    X1DZ--VC243 Georgetown Sussex County Vet Center New Lease |(VA-24-00000101)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for a new lease for the Georgetown Sussex County Vet Center in Delaware. The objective is to identify potential sources for approximately 4,200 ANSI/BOMA Square Feet of contiguous space suitable for a Veteran's Center, with specific requirements including accessibility, dedicated parking, and compliance with building codes. This opportunity is crucial for providing necessary services to veterans and ensuring their access to care. Interested parties should submit their expressions of interest and relevant information to Lease Contract Specialist Joel Garceau at Joel.Garceau@va.gov by the deadline specified in the notice, as the government will not incur any costs associated with this notice.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The objective is to secure a modern facility that meets specific requirements for accessibility, security, and environmental standards, located within a mile of the Providence VA Medical Center. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the facility complies with federal guidelines and provides necessary services. Interested parties must submit their proposals by October 23, 2024, at 4:00 PM EST, and can contact Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or 603-624-4366 x 5831 for further information.
    Q702--Oakland CBOC IOT&A
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the Oakland Community Based Outpatient Clinic (CBOC). The objective of this procurement is to support the VA's mission by ensuring the new clinic facility, which will offer comprehensive healthcare services to veterans, is fully operational and equipped to serve its intended purpose. This firm-fixed-price contract is anticipated to last for 24 months and involves the leasing of a facility sized between 50,597 and 59,526 square feet, including areas for Primary Care, Mental Health, and other specialized services, along with parking for 180 vehicles. The solicitation is expected to be posted on or about November 7, 2024, with responses due by December 5, 2024. Interested parties should direct any inquiries to Michele Laser at Michele.Laser@va.gov or Kathleen Klotzbach at Kathleen.Klotzbach@va.gov.