Hopi Vet Center
ID: 36C24W25R0015Type: Sources Sought
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)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Solicitation
    Hopi Vet Center
    Currently viewing
    Sources Sought
    Similar Opportunities
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    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--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.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    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--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.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.
    Yukon, OK CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of 22,155 to 26,586 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses and aims to provide expanded healthcare services for veterans, including primary care, mental health, and various specialty services. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025, and the anticipated lease commencement date is November 15, 2026. Interested parties can contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.