Chinle Vet Center
ID: 36C24W25R0015Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for a new lease of clinical space for the Chinle Vet Center in Flagstaff, Arizona, with a lease term of 20 years and a firm commitment for the first five years. The procurement aims to secure a fully serviced, contiguous office environment that meets stringent design specifications to support counseling and support services for veterans, including private counseling rooms, a reception area, and accessible facilities. This initiative is crucial for enhancing the quality of care provided to veterans, ensuring compliance with VA standards and regulations. Interested parties should contact Ralph Crump at ralph.crump@va.gov or call 405-456-3612 for further details, with proposals due by April 25, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 1:05 PM UTC
The document is a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA) for leasing commercial space in Hopi, Arizona. Proposals must be submitted by April 25, 2025, to be considered for selection based on the outlined requirements and evaluation methods. The GSA seeks a contiguous space between 2,107 and 2,212 square feet in a modern building, with specific security, accessibility, and safety standards. Unique requirements include no location within a 100-year floodplain and compliance with seismic safety standards based on the building’s type. The lease term is set for 20 years with a five-year firm period, allowing for government termination rights. The document details mandatory documentation, eligibility criteria, and preferences for historic properties, emphasizing energy efficiency and environmental considerations throughout the lease terms. Additionally, it outlines the submission guidelines and the necessary components of a complete proposal. Overall, the RLP demonstrates the federal government’s structured approach to acquiring office space, prioritizing security, accessibility, and environmental impacts.
Apr 15, 2025, 1:05 PM UTC
This document outlines a Lease Agreement between the United States Government, represented by the General Services Administration (GSA), and a private Lessor. The Lease involves an office space designated for government use, specifying terms such as the premises, rent structure, alteration provisions, parking rights, and maintenance responsibilities. Key points include the lease's duration beginning upon acceptance of premises, rental rates established over firm and non-firm terms, and conditions for tenant improvements. The document also includes provisions for termination and renewal rights, with detailed instructions on the adjustments for operating costs, taxes, and broker commissions. The Lease requires compliance with various construction and safety standards, as well as regulations for utilities and maintenance. It emphasizes the government's rights to make alterations and outlines the financial obligations of both parties regarding improvements, including tenant improvement allowances. Overall, the document functions as a formal agreement ensuring both parties understand their obligations, financial arrangements, and the legal framework surrounding the lease, aimed at facilitating government operations in leased spaces while adhering to federal guidelines.
The Vet Center Exterior Signage Guide, issued by the U.S. Department of Veterans Affairs (VA) in April 2022, establishes the standards for all exterior signage associated with Vet Centers. The guide is a binding directive that outlines design specifications, maintenance requirements, and compliance with local codes. Sign vendors must seek approval from the Contracting Officer's Representative (COR) before any fabrication or installation. Key applications detailed in the guide include preferred channel letters on raceway, secondary options such as lightbox, monument, pylon signs, and door decals. Each signage type must adhere strictly to color standards (specific Pantone codes are noted), installation conditions (e.g., business hours for installation), and sign visibility requirements. The guide also emphasizes the need for signage to be accessible and compliant with the Americans with Disabilities Act (ADA). Overall, the guide reinforces the VA's commitment to uniform branding and safety across all Vet Center locations while providing clear procedures for the sign installation process, ensuring that installations are consistent and visually appropriate.
The document outlines mandatory signage guidelines for Vet Centers, specifically focusing on the design requirements as per the VA Signage Design Manual. It details various signage types to be used within the facility, including dimensions, materials (such as raised acrylic and braille), and color specifications, ensuring accessibility and compliance with federal standards. The signage types include clear identification for rooms (e.g., counseling, reception) and regulatory notices (e.g., no smoking, patient rights). Each sign's installation is to be confirmed with the VA director at the design stage, underscoring the importance of adherence to VA protocols. The signage plan includes a comprehensive schedule that maps each sign's type and designated location, emphasizing the requirement for review and approval by the VA before finalization. The document reflects the importance of providing clear, accessible information within the center to enhance the user experience for veterans and their families while ensuring compliance with regulations.
The Department of Veterans Affairs is seeking to lease clinical space for a new Vet Center, requiring a fully serviced, contiguous office environment that is easily accessible and aesthetically appealing. The rental space must comply with stringent design specifications outlined in the Request for Lease Proposals, ensuring functionality for counseling and support services for veterans. Key room requirements include a reception area with security features, private counseling rooms with soundproofing capabilities, accessible restrooms, a waiting area with communication systems, and a fully equipped kitchen. Additional considerations encompass telecommunications and security infrastructure, emphasizing safety protocols and technical needs integral to maintaining confidentiality. The overall aim is to create a well-coordinated, professional space that effectively serves veterans' needs while adhering to VA standards and regulations for construction and facility management. The document articulates detailed specifications for construction materials, finishes, technical installations, and security measures, underscoring the importance of an efficient and welcoming environment for both staff and clients.
This document outlines the comprehensive security requirements for federal facilities designated as Facility Security Level II. It specifies obligations for Lessors, including the installation and maintenance of security systems such as access controls, video surveillance, and intrusion detection systems. Key areas of focus include management of facility entrances and common areas, secure access to critical spaces, and compliance with cybersecurity protocols. The Lessor must integrate security measures into building design and operations while ensuring that all systems are regularly tested and maintained. Additional mandates address landscaping, signage, and the creation of a Facility Security Committee to oversee security practices. The document emphasizes the need for a construction security plan and coordination with government representatives to protect assets during project execution. Overall, it establishes a framework to enhance security and safeguard government operations within leased facilities, highlighting the critical role of thorough planning and adherence to regulatory standards in federal lease agreements.
Apr 15, 2025, 1:05 PM UTC
The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It includes instructions for offerors regarding proposal submissions, modifications, and rejections, emphasizing the need for clarity and compliance with established procedures. Key definitions are provided, such as "discussions," "proposal modifications," and "proposal revisions," along with guidance on accepting late proposals under specific conditions. The government aims to award leases based on proposals that offer the best value, while maintaining the right to reject any proposal deemed non-compliant or that presents undue risk. Requirements for submission via paper or facsimile, along with conditions for the retraction of proposals, are also specified. Furthermore, offerors are reminded to register in the System for Award Management (SAM) prior to award, detailing the necessary information for registration. This document serves as a critical resource for contractors aiming to engage in government leasing opportunities, ensuring transparency and compliance throughout the solicitation process.
Apr 15, 2025, 1:05 PM UTC
The document outlines general clauses related to the acquisition of leasehold interests in real property by the federal government, specifically through the General Services Administration (GSA). It includes essential definitions, rights, obligations, and conditions applicable to lease agreements. Key subjects cover the government’s rights regarding subletting, maintenance, delivery of space, payment terms, compliance with applicable laws, and handling defaults by lessors. It establishes standards for audit and dispute resolution, ensuring accountability and ethical conduct, particularly in contracts involving small businesses and awards. Notably, it incorporates cybersecurity measures and prohibits contracting with certain entities due to national security concerns. The structure categorizes clauses by topic, facilitating navigation through legal stipulations necessary for leasing federal properties. This guidance reflects the government's commitment to clarity and fairness in managing its lease agreements while fulfilling statutory obligations.
The document appears to be a notification about an issue with displaying its content, specifically a PDF that the viewer is attempting to open. It does not provide any substantive information regarding federal government RFPs, grants, or state and local RFPs. Instead, it offers guidance on upgrading Adobe Reader for viewers facing difficulties accessing the document. The primary focus is on technical support and ensuring users can properly view PDF documents. As such, there are no pertinent details or discussions related to government funding or proposals within this message. It primarily impacts users who rely on Adobe products for document viewing.
The Lessor's Annual Cost Statement is a form utilized by the General Services Administration (GSA) to assess the annual costs of services and utilities provided in rental spaces leased to the government. Key sections include an estimated annual cost of services such as cleaning, heating, electrical, plumbing, and maintenance, along with ownership costs like real estate taxes and insurance. Lessor is required to detail costs for the entire building and the specific area leased by the government, providing estimates based on actual costs from the previous year when possible. The document emphasizes the importance of accurate cost inputs for determining fair rental prices consistent with community standards. It also requires the Lessor to certify the accuracy of the entered amounts. This structured approach ensures transparency in financial reporting and compliance with federal regulations, facilitating effective lease management in government procurement processes.
Apr 15, 2025, 1:05 PM UTC
The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for office building lease offers, detailing procedures for spaces below and above the 6th floor. The evaluation aims to ensure compliance with local building and fire codes, particularly the National Fire Protection Association (NFPA) standards. The document is divided into two parts: Part A, meant for spaces below the 6th floor, is to be completed by the offeror, addressing basic building information and fire safety systems like automatic sprinklers and alarms. Part B, for spaces above the 6th floor, requires a licensed fire protection engineer to conduct a thorough assessment, including narrative reporting on existing fire safety conditions, deficiencies, and compliance with safety codes. Key tasks involve identifying hazardous fuel areas, means of egress, fire alarm systems, and the status of elevator features regarding fire safety. The evaluation ensures that offered spaces are safe for government use, with compliance confirmed through documented assessments and future corrective actions if required. This process underscores the government’s commitment to high safety standards in facilities management.
Apr 15, 2025, 1:05 PM UTC
The document outlines the wage determination for construction projects in Navajo County, Arizona, effective February 14, 2025, under General Decision Number AZ20250027. It provides wage rates and fringe benefits for various construction job classifications, including bricklayers, carpenters, electricians, and laborers, while aligning with the Davis-Bacon Act. The document specifies prevailing wage rates based on geographic zones and mandates adherence to Executive Orders 14026 and 13658, which dictate minimum pay rates for federal contractors. Furthermore, it highlights the requirements for workers' paid sick leave under Executive Order 13706 and the process for appealing wage determinations. The primary purpose of this document is to ensure compliance with federal wage laws and protect workers' rights in the context of government-funded construction projects, which is a critical aspect of federal grants and RFPs for construction services. The structured format details classifications, rates, and the appeal process, emphasizing the government's commitment to fair wage practices.
Nov 13, 2024, 7:16 PM UTC
The U.S. Department of Veterans Affairs (VA) is issuing a Sources Sought Notice (36C24W25R0015) for leasing office space for a Vet Center in Flagstaff, Arizona. The VA seeks a minimum of 2,844 to a maximum of 3,000 Rentable Square Feet (RSF) with 10 reserved parking spaces. The lease term is proposed for 20 years, with the opportunity for termination after 5 years. The designated area for property submissions is bounded by specific local roads, and the property must meet several additional requirements, including being outside the 100-year flood plain and compliant with various federal and local regulations regarding accessibility and safety. Interested parties must submit qualifications to the contracting officer, Ralph Crump, via email by November 25, 2024. Responses will assist in determining potential market set-asides for service-disabled veteran-owned small businesses (SDVOSB) and veteran-owned small businesses (VOSB). Cost estimates for property acquisition are between $25,000 and $100,000. The notice emphasizes that this is not a solicitation for proposals but a request for information to assess interest and capabilities among potential offerors. A detailed capabilities statement is required from interested businesses to demonstrate their qualifications effectively.
Lifecycle
Title
Type
Chinle Vet Center
Currently viewing
Solicitation
Sources Sought
Similar Opportunities
X1AA--FY25 New Lease-Location: Vet Center Readjustment Counseling Service Miami
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of approximately 4,300 to 4,347 contiguous ANSI/BOMA Occupant Area (ABOA) square feet of medical office space for a Vet Center in Miami, Florida. The selected property must be an existing building that is modernized, located outside the 100-Year Floodplain, and provide a minimum of 20 dedicated parking spaces for VA use, with readiness for occupancy by June 1, 2027. This initiative is crucial for enhancing the services provided to veterans, ensuring they have access to appropriate facilities for readjustment counseling. Interested offerors must submit their proposals, including required documentation, by May 19, 2025, to the Lease Contracting Officer, Javier Correa-Ochoa, at javier.correaochoa@va.gov.
X1AA - Harker Heights, TX Vet Center Relocation Lease Space- Amendment 1
Buyer not available
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. 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 to veterans and their families, ensuring a professional and accessible environment. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Nicholas "Britt" Williams at Nicholas.Williams7@va.gov or Dominic Mabine at Dominic.Mabine@va.gov.
X1DB--FY25 New Lease: Multispecialty, Acupuncture and Chiropractic Clinic Brevard County
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the lease of a multispecialty, acupuncture, and chiropractic clinic in Brevard County, Florida. The required space must be between 6,240 and 7,560 ABOA square feet, located within a delineated area that includes key local landmarks, and must provide 42 surface-level parking spaces, including five reserved for ADA compliance. This initiative is crucial for enhancing healthcare accessibility for veterans, ensuring that the facility meets specific design, security, and operational standards as outlined in the solicitation documents. Proposals are due by May 26, 2025, with an estimated occupancy date of November 1, 2026. Interested parties must register in the System for Award Management (SAM.gov) and can direct inquiries to Lease Contracting Officer Javier Corea Ochoa at Javier.CorreaOchoa@va.gov.
X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.
X1AA--Detroit Michigan Vet Center Relocation Lease NCO 10
Buyer not available
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.
Intent to sole source Holbrook PTOC
Buyer not available
The Department of Veterans Affairs intends to establish a sole source lease for 1,478 rentable square feet to support the Northern Arizona VA Health Care System in Holbrook, Arizona. The new lease is proposed to commence on July 19, 2026, following the expiration of the current lease at 33 W. Vista, which has been held by the incumbent lessor, George J Morin Family Trust, for 14 years without any negative feedback. This procurement is justified under 41 U.S.C. 3304(a)(1), as extensive market research revealed no acceptable alternatives, and the proposed rates from the incumbent have been deemed fair and reasonable. Interested parties can contact Jason Call at Jason.call2@va.gov or by phone at 480-323-8265 for further information regarding this opportunity, which has an estimated total value of $950,000 over the 20-year term.
Auburn Homeless Vet Center
Buyer not available
The Department of Veterans Affairs is seeking proposals for the leasing of office space to establish a Homeless Vet Center in Auburn, Washington. The procurement aims to secure approximately 4,725 rentable square feet of office space, with a lease term of 20 years and a 5-year firm period, emphasizing compliance with modern construction standards, accessibility, and environmental regulations. This initiative is crucial for providing essential services to homeless veterans, ensuring they receive the support they need. Interested parties must submit their proposals by April 25, 2025, and can contact Kenneth Chapman at kenneth.chapman3@va.gov or 253-888-4901 for further information.
X1AA--Oscoda CBOC - New/Replacing Lease
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Oscoda Community-Based Outpatient Clinic (CBOC) in Oscoda, Michigan, under solicitation number 36C25024R0208. The procurement aims to secure approximately 14,000 ABOA square feet in a modern facility that meets specific operational, environmental, and accessibility standards, with a lease term anticipated to last up to 20 years. This initiative is crucial for enhancing healthcare services for veterans, ensuring that the facility complies with federal regulations and provides a safe and efficient environment for patient care. Interested parties must submit their proposals by May 19, 2025, and can contact Leasing Contract Specialist Lisa Newlin at lisa.newlin@va.gov or 317-697-9786 for further information.
X1DZ--Space for Lease in Sussex County DE for Veterans Center RSF 4713 NUSF 3491
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing space to establish a Veterans Center in Sussex County, Delaware, under Request for Lease Proposal (RLP) No. 36C24425R0051. The procurement aims to secure approximately 4,713 rentable square feet of space that meets specific requirements for accessibility, security, and operational efficiency to support veteran services. This initiative underscores the VA's commitment to enhancing facilities for veterans, ensuring they receive necessary support in an accessible environment. Proposals are due by May 1, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.
X1AA--Grand Rapids Vet Center Relocation
Buyer not available
The U.S. Department of Veterans Affairs is seeking expressions of interest for a fully serviced lease of approximately 5,206 ANSI/BOMA Office Area Square Feet to accommodate a Veterans Readjustment Counseling Center (Vet Center) in Grand Rapids, MI. The desired space must be located within a specified boundary in Michigan’s 3rd congressional district, on a single floor, and in close proximity to the VA Medical Center, while being accessible via major roadways. This initiative is crucial for providing necessary services to veterans and must comply with federal standards, including various maintenance and operational requirements. Interested parties are required to submit detailed property information by May 9, 2025, with an estimated construction cost between $1,000,000 and $2,000,000. For inquiries, contact Kevin Adkins at kevin.adkins@va.gov or Lee Grant at Lee.Grant@va.gov.