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 lease of the Detroit Michigan Vet Center, with a requirement for approximately 3,844 to 5,505 rentable square feet of contiguous space. The objective is to provide a facility that meets the needs of veterans, ensuring accessibility, security, and compliance with federal standards, including energy efficiency and safety regulations. This procurement is significant as it reflects the government's commitment to enhancing services for veterans and ensuring they have access to appropriate facilities. Interested parties must submit their proposals by April 25, 2025, at 4 PM EDT, and can direct inquiries to Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov or by phone at 317-988-1544.

    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 proposals for the relocation of the Detroit, Michigan Vet Center, seeking approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and up to 5,505 Rentable Square Feet (RSF) of contiguous space. This solicitation, numbered 36C25025R0005, is a continuation from a previous advertisement (36C25023R0018) with a name change to reflect the current fiscal year. Interested parties are provided with additional documents, including various GSA forms and security requirements that outline essential criteria for leasing. The response deadline for proposals is set for November 22, 2024, at 1 PM Eastern Time. Further communication can be directed to Lease Contract Specialists Kevin Adkins and Theodore Posuniak at the specified contact details. This solicitation signifies the Government’s ongoing effort to provide appropriate facilities for veterans, reflecting their commitment to enhancing services and operational effectiveness.
    This document is an amendment to a previous solicitation regarding the relocation of the Detroit, Michigan Vet Center, issued by the Department of Veterans Affairs. It announces an extension for the receipt of proposals to January 24, 2025, at 4 PM EST. The original terms and details remain unchanged. The contracting office is located in Indianapolis, IN, with Kevin Adkins as the primary point of contact for queries via email or phone. The document also references a revised lease proposal (RLP) document that must be reviewed by potential bidders. This amendment confirms the importance of proper communication and updated timelines for those interested in fulfilling the government’s needs concerning the Vet Center's relocation.
    The document details an amendment to a solicitation for the relocation of the Detroit Michigan Vet Center by the Department of Veterans Affairs. The amendment extends the deadline for offer submissions to March 14, 2025, at 4 PM EST, and outlines specific preferences for the offered space, favoring existing single-tenant buildings while remaining open to multi-tenant options. Importantly, the previous floor restriction has been removed. Interested parties are encouraged to contact Lease Contract Specialist Kevin Adkins for any inquiries. This amendment forms part of the federal request for proposals process, ensuring that potential vendors are well-informed of changes to procurement specifications and timelines.
    This document is an amendment to a prior combined solicitation for the relocation lease of the Detroit Michigan Vet Center (Solicitation Number: 36C25025R0005). The amendment extends the deadline for submitting offers to March 21, 2025, at 4 PM Eastern Time. The contracting office is the Department of Veterans Affairs, located in Indianapolis, Indiana, with Kevin Adkins serving as the primary point of contact for lease inquiries. The relevant product service code is X1AA, and the NAICS code is 531120, indicating this bid pertains to lease agreements. The document emphasizes the importance of this solicitation in enhancing services for veterans and outlines protocols for submitting proposals. The amendment indicates that recovery act funds are not applicable, reflecting the federal nature of the procurement process. For additional information, interested parties can visit the VA's official website. The overall purpose is to ensure a transparent and effective leasing process for the new vet center location in Detroit, MI.
    The document is an amendment to a combined solicitation by the Department of Veterans Affairs regarding the relocation lease for the Detroit Michigan Vet Center. It specifically extends the deadline for submitting offers to March 28, 2025, at 4 PM Eastern Time. The amendment does not involve Recovery Act funds and is categorized under the Product Service Code X1AA and NAICS Code 531120. The office handling the solicitation, Network Contracting Office 10, is located in Indianapolis, Indiana. The main point of contact for inquiries is Lease Contract Specialist Kevin Adkins, who can be contacted via email or phone. The document serves to inform potential bidders of the extended response date and provides relevant contracting office details, contributing to the transparency of the bidding process. It reflects federal procedures for managing requests for proposals (RFPs) and ensures compliance with established timelines for government contracting.
    The document outlines an amendment for the relocation lease of the Detroit Michigan Vet Center, managed by the Department of Veterans Affairs Network Contracting Office 10. The primary objective is to extend the submission deadline for proposals to April 25, 2025, at 4 PM EDT. The relevant solicitation number for this combined solicitation is 36C25025R0005. The contract employs the Product Service Code X1AA and is categorized under the NAICS Code 531120. The Office Address is located at 8888 Keystone Crossing, Suite 325, Indianapolis, IN. Contact for this solicitation is Kevin Adkins, whose email and phone number are provided for inquiries. The agency's website link for further information is also included. This amendment is significant for potential bidders as it clarifies the extension of the proposal deadline, ensuring those interested have ample time to prepare their submissions.
    The document outlines the Request for Lease Proposals (RLP) No. 36C25025R0005 issued by the Veterans Affairs (VA) for a facility to serve as a Detroit Vet Center. Proposals are due by November 22, 2024, and must conform to specified requirements to be evaluated for award. The RLP details the space requirements, stipulating a need for approximately 3,844 to 5,505 rentable square feet in a modern building, with specific amenities including 25 reserved parking spaces and compliance with security and environmental standards. Offerors must provide comprehensive proposals that adhere to outlined criteria, including accessibility, fire safety, and energy efficiency measures aligned with the Energy Independence and Security Act. The document includes distinct sections detailing the eligibility preferences for award, instructions on how to submit proposals, and the evaluation criteria that prioritize layout efficiency and historical considerations. Key documentation necessary for valid submissions includes various GSA forms, environmental assessments, financial commitments, and evidence of zoning compliance. This RLP demonstrates the government's dedication to ensuring that leased properties meet stringent operational and safety standards while serving the needs of veteran services.
    The document is a Request for Lease Proposals (RLP) No. 36C25025R0005 issued by the General Services Administration for the Detroit Vet Center in Michigan, with proposals due by January 24, 2025. It details requirements for offers, including specifications for space needs—3,844 ANSI/BOMA Occupant Area up to 5,505 Rentable Square Feet in a quality building. The lease term is set for a maximum of 20 years with 7 years firm, and parking provisions for 25 reserved spaces are required. The RLP stipulates preferences and obligations related to building safety, environmental considerations, accessibility, and energy efficiency, in compliance with federal regulations. The document contains a comprehensive layout of evaluation criteria and eligibility, emphasizing efficient design and location amenities. Offerors must submit a complete proposal package according to outlined instructions and forms. A virtual pre-proposal conference is scheduled to clarify requirements and answer questions. This solicitation reflects adherence to government procurement standards ensuring the selected offeror aligns with the VA's operational needs and standards.
    The document outlines the Request for Lease Proposals (RLP) No. 36C25025R0005 by the Department of Veterans Affairs for the lease of space for the Detroit Vet Center in Michigan. It details the proposal process, requirements for the offered space, evaluation criteria, and submission guidelines. The government seeks approximately 3,844 to 5,505 rentable square feet in a modern building with specific accessibility, location, and security features. Proposals must comply with legal and regulatory standards, including energy efficiency mandates, and must be submitted by March 14, 2025. A pre-proposal conference is scheduled for October 17, 2024, to clarify requirements. Key evaluation factors include building design, efficiencies, and past performance. Essential documents and pricing forms are enumerated for submission, emphasizing the necessity for complete and structured proposals to ensure compliance. This RLP signifies the government's commitment to fostering an accessible, secure, and functional environment for veterans, while adhering to sustainable practices.
    This document outlines the details of Lease No. 36C25025L0004 between the General Services Administration (GSA) and a lessor for the Department of Veterans Affairs (VA). It describes the lease structure including premises details, rental agreements, and terms of occupancy. The Government leases office space for various uses, with specifics on rental rates, free rent periods, and the responsibilities of the lessor, including maintenance and improvements. Key components include termination rights, renewal options, and adjustments for operating costs, taxes, and tenant improvements. The lease specifies both expressing appurtenant rights for parking and telecommunications needs, while clearly defining contractual terms and responsibilities. It emphasizes adherence to regulations and processes outlined by federal standards, ensuring the lease fulfills legal, safety, and operational requirements. This structured agreement reflects the government's competitive procurement process aimed at securing suitable leased spaces for federal use while maintaining budgetary constraints and compliance with regulatory frameworks.
    The Department of Veterans Affairs is seeking to lease clinical space for a new Vet Center, designed to provide readjustment counseling services to veterans and their families. The facility must be located in a professional setting, easily accessible via public transportation and with adequate parking, including spaces for disabled individuals. Key requirements include space for social interaction, provision of counseling services during extended hours, and display of military memorabilia to reinforce veterans' pride. The lease terms state that the Lessor must provide a fully serviced space, encompassing janitorial, security, HVAC, and high-speed internet services. Detailed room specifications include requirements for entrances, lobbies, offices, counseling rooms, and utility areas, all featuring appropriate electrical, accessibility, and soundproofing measures. Security features, including video monitoring, access control, and a nurse call system, are mandated. The document emphasizes compliance with stringent VA regulations regarding technical specifications, maintenance schedules, and signage. The comprehensive outline aims to facilitate a functional, secure, and welcoming environment for veterans seeking support. This initiative reflects the VA’s commitment to enhancing accessibility and quality of care for those who have served in the military.
    The document outlines Security Requirements Level II for a government lease, detailing additional security measures that must be included in the Building Specific Amortized Capital (BSAC). It defines key terminologies such as Critical Areas and Design-Basis Threat, emphasizing the need for a thorough post-award risk assessment in collaboration with the Federal Protective Service. Key sections cover facility access control, including employee and visitor management, the securing of critical areas, signage regulations, landscaping requirements, parking access, and detailed guidelines for security systems like video surveillance and intrusion detection. The document mandates strict measures for identity verification, key control, and the establishment of a Facility Security Committee. Moreover, it highlights cybersecurity protocols to prevent unauthorized access to Building Access Control Systems. The Lessor is responsible for implementing and maintaining these security measures, subject to government approval, ensuring the safety and security of the facility and its occupants. This document serves as a critical framework for maintaining robust security standards in government buildings through comprehensive planning and implementation of specified countermeasures.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property, detailing the instructions for offerors. Key components include definitions of terms such as discussions and proposal modifications, procedures for the submission and acknowledgment of proposals, and conditions for late submissions. Offerors must submit proposals in paper form, sign them, and may modify or withdraw proposals prior to award. Specifics on compliance evaluations for contracts over $10 million, execution of leases, and the service of protests are also included. The document stresses the importance of being registered in the System for Award Management (SAM) before award finalization. Additionally, it highlights compliance with the Federal Acquisition Supply Chain Security Act orders, prohibiting certain covered articles in contract performance. The purpose of this document is to provide clear guidelines and procedures for entities submitting proposals in response to government solicitations, ensuring equitable, compliant, and efficient procurement practices.
    The document outlines the general clauses for the acquisition of leasehold interests in real property as stipulated by the General Services Administration (GSA) using template RLP# 36C25025R0005. It details various clauses—defined by references in the Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR)—regarding definitions, subletting, inspection rights, compliance with laws, maintenance responsibilities, payment procedures, and provisions for contractor conduct. Key elements include conditions for subletting, mutual obligations of parties, maintenance standards for properties, and procedures for addressing defaults by the lessor. Additionally, regulatory compliance, equal opportunity requirements, and payment protocols for Government contracts are specified. The structure of the document follows a clear outline of clause numbers and their respective titles, which helps in navigating the legal and operational obligations outlined for both the Government and lessors. Overall, the document serves as a comprehensive resource guiding lease agreements and ensuring adherence to legal standards and ethical practices within government contracting.
    The document appears to be an informational notice regarding the technical requirements for viewing a PDF file related to federal government RFPs, grants, and local solicitations. It indicates that users may need to update their Adobe Reader for optimal compatibility with the file format. The message includes references to trademarks of major operating systems and provides links to download the latest version of Adobe Reader and for assistance with any Adobe-related issues. However, the core content regarding specific RFPs or grants is not accessible due to the technical limitation and format issue described in the document, which prevents any meaningful analysis or summary of the actual requests or grants. As a result, the essential substance and details required to summarize the key ideas, such as the purpose, nature, or specifics of the RFPs or grants, cannot be extracted at this time.
    The document in question appears to be inaccessible due to compatibility issues with the PDF viewer. Consequently, no content or specifics regarding RFPs, federal grants, or state/local initiatives can be retrieved or analyzed. It emphasizes the need for compatible software, specifically the latest version of Adobe Reader, to access and view government files efficiently. This situation underscores the importance of proper document handling in government operations, as issues with file formats can impede the review and analysis processes necessary for understanding RFPs and grant details. The lack of content limits the ability to summarize key points or purpose, as the document itself isn't available for inspection. To summarize appropriately would require direct access to the relevant information therein.
    The GSA Form 12000 outlines the requirements for a Fire Protection and Life Safety Evaluation for office buildings, specifically distinguishing procedures for spaces located below and above the 6th floor. Part A requires completion by the Offeror or an authorized representative, while Part B mandates evaluation by a licensed professional engineer for higher floors. Both parts must assess compliance with local building and fire codes and the National Fire Protection Association (NFPA) standards, detailing aspects such as automatic fire sprinkler systems, fire alarms, exit routes, and emergency protocols. Part A includes questions regarding automatic fire suppression systems, fire alarms, emergency lighting, and elevator safety protocols. Part B requires a narrative report from a fire protection engineer, including a thorough building inspection, identification of hazards, occupancy classifications, and evaluation of life safety systems. The document ensures that building safety measures meet federal standards, addressing necessary corrective actions for any deficiencies prior to government acceptance. The GSA Form 12000, therefore, serves as a critical tool in maintaining fire safety compliance for government-leased spaces.
    The document outlines a Construction Cost Estimate for a project associated with the VA - Vet Center located in Detroit, MI, referenced by the RFP number 36C25025R0005. It provides a detailed breakdown of tenant improvement (TI) costs and construction expenses, categorized by Masterformat divisions, including structural upgrades, HVAC systems, plumbing, and finishes. Key sections include cost impacts like structural upgrades, façade reconditioning, and energy efficiency measures. It encourages accurate pricing by filling out fields related to material, labor, and project-related fees, ensuring all contractor and subcontractor costs are accounted for. The estimate also emphasizes compliance with established guidelines under the lease agreement, including adherence to electrical safety standards and accessibly measures. The main purpose of the document is to facilitate the government RFP process by providing a comprehensive framework for estimating construction costs necessary for tenant improvements and overall project execution. Proper completion of the provided forms is vital for ensuring the bid adequately captures the financial requirements of the proposed construction work. This reflects a commitment to efficiency and accountability in federal project funding and execution.
    The VA Handbook 6500.6 Appendix D outlines the Contractor Rules of Behavior, establishing the security protocols and expectations for contractors working with the Department of Veterans Affairs (VA). It emphasizes that contractors have no reasonable expectation of privacy while accessing VA systems and that their activities may be monitored by authorized personnel. Key stipulations include the prohibition of unauthorized access or actions on VA systems, the necessity to follow established rules for accessing data, and a strict limitation on the use of VA information solely for contractual purposes. Contractors are required to report security incidents, utilize only authorized technology, and comply with VA’s security and privacy directives. Additional conditions apply to the use of non-VA technology, including restrictions on remote access and dual connections. Lastly, the document states that this User Agreement does not confer any legal rights in litigation against the U.S. government. Signing the agreement signifies acknowledgment and acceptance of all terms by the contractor, reinforcing their commitment to uphold VA policies and protect sensitive information.
    The document appears to be a comprehensive yet disorganized compilation of government-related text likely associated with federal Requests for Proposals (RFPs), grants, and local governmental issues. Its main topic may involve guidelines, details, and procedural information pertinent to procurement and funding processes within government frameworks. Key ideas include potentially establishing compliance with federal regulations, ensuring safety standards, and outlining necessary steps for project execution. Supporting details suggest a focus on technical specifics, such as infrastructure, environmental compliance, and various regulations concerning public safety. There is mention of the importance of detailed assessments, hazard mitigation, and adherence to historical preservation standards, indicating a thorough approach to project planning. Overall, the document serves as a resource for government agencies to navigate complex procedures tied to funding and project development, reinforcing the significance of accountability, transparency, and safety. The fragmented nature of the text may hinder clarity but highlights the multifaceted challenges within government procurement and grant processes.
    The document is a Request for Lease Proposals (RLP) from the Network Contracting Office 10 concerning RLP No. 36C25025R0005. It serves as an acknowledgment from the offering entity providing necessary information for evaluation, including the entity's name, address, UEI, tax identification number, and contact details of the authorized official. The submission must include whether the official is listed in SAM and the operating agreement. The document also requires the size status of the offering entity, indicating whether it is a Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), small business (SB), or large business. It concludes with the authorized official’s signature and name, alongside submission details including the date and time specified for receipt. This structured format ensures that all necessary information is collected for evaluation, highlighting compliance and proper representation in the RLP process.
    This document is a Request for Lease Proposals (RLP) aimed at soliciting lease offers for the Detroit Vet Center by the Veterans Affairs (VA). The file emphasizes confidentiality in the handling of the Physical Security Design Standards, requiring contractors to certify that they will not disclose sensitive information. Access to these standards is limited to authorized personnel who must submit a Confidentiality Certificate for approval. The document contains critical identifying information such as the RLP number, lease number, and contract number, distinguishing it within the broader context of government lease acquisition processes. The RLP seeks to ensure that any entities involved in the leasing of government property adhere to strict confidentiality protocols to protect classified data and maintain operational security. Overall, the RLP underscores the VA's commitment to securing suitable facilities while adhering to regulatory requirements surrounding information confidentiality.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-Proposal Conference intended to clarify requirements related to ANSI/BOMA SF specifications and parking space allocations, as outlined in the Request for Lease Proposals (RLP) posted on the SAM website. Interested participants must pre-register by submitting a completed registration table to specific VA contacts by 4 PM Local Time on October 15, 2024. Questions regarding the proposal must also be submitted electronically by the same deadline. The virtual conference is scheduled for October 17, 2024, at 1 PM EST, with additional details provided to registered attendees. This initiative serves to ensure transparency and facilitate industry engagement in the procurement process, as part of the VA’s commitment to effective communication and collaboration with vendors in the federal RFP landscape.
    The Past Performance Survey serves as a critical component of Request for Lease Proposal (RLP) 36C25025R0005, detailing the evaluation of lessor performance in federal leasing contracts. It provides a rating system for assessing lessor performance across key elements such as management of leased space, customer satisfaction, and timeliness. Ratings include Exceptional (E), Satisfactory (S), Marginal (M), Unsatisfactory (U), and Neutral (N). Evaluators are asked to provide assessments on management quality, responsiveness to service requests, and the timeliness of project completion. They are also prompted to summarize the lessor's strengths and areas for improvement, report compliance difficulties, and express any reservations about future engagements. An essential aspect of the survey includes confirming whether the lease has faced terminations or defaults. The final evaluation is summarized in an overall performance rating reflective of the lessor’s ability to meet lease requirements effectively. The document underlines the importance of past performance in shaping future government contract decisions, enhancing accountability, and ensuring quality service provision in government leasing agreements.
    The Detroit Vet Center's RLP # 36C25025R0005 establishes the design and construction standards for a new facility intended for patients who are unable to self-preserve, categorizing it as a "B" (business) occupancy under NFPA 101. The project must adhere to various codes and guidelines, including those from the CMS, the Joint Commission, and the Facility Guidelines Institute. Compliance with state and local codes, the Americans with Disabilities Act (ADA), and safety standards set by OSHA is also mandated. Additionally, the facility is expected to follow guidelines related to energy management and sustainable interior design. Specific architectural details, including room finishes and security measures, must be confirmed with local VA representatives. This document underlines the importance of regulatory compliance and safe design in the construction of healthcare facilities for veterans, aligning with federal and local RFP requirements to ensure accessibility and safety.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, which must be completed by Offerors in federal contracts. It incorporates sections of the John S. McCain National Defense Authorization Act that prohibit agencies from procuring any telecommunications equipment or services that include covered components deemed a security risk. Offerors must confirm whether they provide or use covered telecommunications equipment or services within their offerings. Specific procedures and disclosures are detailed, requiring Offerors to provide necessary identification and explanations related to any covered equipment or services, including descriptions and manufacturer details. This representation ensures compliance with federal safety and security standards, safeguarding government operations from potential vulnerabilities linked to technologies originating from specific prohibited sources. The document is structured to guide Offerors through the required steps, aiming to enhance transparency and accountability in federal contracting related to telecommunications and video surveillance systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--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.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    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.
    Department of Veterans Affairs seeks Expressions of Interest for Medical Office/Clinic, Oakland, CA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of approximately 13,263 ANSI/BOMA square feet of medical outpatient clinic and office space in Oakland, California. The requirements include the provision of 60 reserved parking spaces, adherence to government standards for fire safety, accessibility, seismic, and sustainability, with a lease term of 20 years and a 5-year firm term. This opportunity arises as the government considers alternative space due to an expiring lease, evaluating economic advantages and relocation costs. Interested parties must submit their expressions of interest by December 23, 2025, to Loren Mollner at loren.mollner@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.
    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.
    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--FY26 New Lease: Primary Care Annex West Palm Beach
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a new Primary Care Annex in West Palm Beach, Florida, under Request for Lease Proposal (RLP) No. 36C248-25-R-0031. The VA seeks a contiguous space of 11,886 to 12,000 ABOA square feet, with specific requirements including at least 100 reserved parking spaces and compliance with various standards such as accessibility, fire protection, and energy efficiency. This facility will play a crucial role in providing primary care services to veterans in the area, emphasizing the importance of modern and accessible healthcare infrastructure. Interested offerors must submit their proposals by 3:00 PM ET on January 26, 2026, to Javier Correa Ochoa, the Lease Contracting Officer, at javier.correaochoa@va.gov.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.