Veterans Health Administration (VHA) Seeks to Lease 25,050 ABOA sq. ft. of Lab and Warehouse Space in Boise, ID
ID: 36C24W23R0064Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Veterans Health Administration (VHA), is seeking proposals to lease between 23,050 and 25,050 ABOA square feet of contiguous warehouse space in Boise, Idaho, for a warehouse mailout center and optical lab. The space must be located on a single floor, feature a minimum ceiling height of 26 feet, and include at least three loading docks, along with 32 surface parking spaces. This procurement is critical for supporting the operational needs of the VHA, ensuring compliance with federal safety, environmental, and accessibility standards, and enhancing service delivery to veterans. Proposals are due by November 15, 2024, at 5:00 PM MT, and interested parties can contact Deborah Greer at Deborah.Greer@va.gov or Teddy Seifert at Tseifert@ppwashdc.com for further information.

    Point(s) of Contact
    Teddy Seifert - VA Contracted Broker
    (315) 825-1875
    Tseifert@ppwashdc.com
    Files
    Title
    Posted
    The Veterans Health Administration (VHA) is seeking lease proposals for a space in Boise, ID, as outlined in Request for Lease Proposals (RLP) No. 36C24W23R0064. Offers are due by November 15, 2024, at 5:00 PM MT. The lease will cover a minimum of 23,050 to a maximum of 25,050 usable square feet in a contiguous warehouse space, with specific requirements such as a minimum ceiling height of 26 feet and at least three loading docks. The lease term will last 15 years with a 10-year firm period, allowing the government to terminate with 90 days' notice. Key requirements include compliance with federal and local safety, environmental, and accessibility standards, and a prohibition on leasing space within designated floodplains. Offers must demonstrate efficient layouts and conform to various environmental and seismic safety standards. The successful bidder will also need to consider energy efficiency measures aligned with the Energy Independence and Security Act. The document specifies additional submission requirements, including financial documentation and zoning compliance. This RLP reflects the government's emphasis on securing suitable, safe, and compliant facilities for its operations.
    This document outlines Lease No. 36C24W23L0061 between a Lessor and the United States Government, specifically the Veterans Health Administration (VHA). The lease pertains to a designated property for government use and has critical provisions detailing the terms, conditions, and responsibilities of both parties. It establishes a lease term of 15 years, with 10 years firm, detailing the premises, rent structures, and additional considerations such as parking rights. The rent framework includes stipulations for shell rent, operating costs, parking fees, and tenant improvements, with allowances for adjustments based on final costs and occupancy measurements. The document specifies the rights granted to the government regarding appurtenant areas, such as reserved parking spaces and access rights for telecommunications equipment. It includes various clauses about termination rights, lease adjustments in case of occupancy changes, and conditions under which tenant improvements may be requested or altered. The lease emphasizes compliance with federal regulations, including required documentation and the responsibilities tied to changes in ownership of the property. Overall, this lease exemplifies governmental procedures for securing facilities while ensuring operational and regulatory adherence.
    The document outlines the Agency Specific Requirements (ASRs) for a lease agreement involving the Veterans Integrated Service Network 20's Optical Fabrication Lab (OFL) and Prosthetics Mail Out Center (VMOC) in Boise, ID. It specifies detailed spatial, architectural, and operational needs, ranging from the required layout of offices and lab spaces to compliance with the Americans with Disabilities Act and safety regulations under NFPA 101 and IBC standards. Significant attention is given to HVAC, electrical, plumbing, and security systems tailored to the operational comfort and safety of the lab and office environments. Janitorial and maintenance responsibilities are meticulously defined, emphasizing eco-friendly practices and compliance with health regulations. Furthermore, the document mandates the use of Davis-Bacon Act wages for the construction and improvement of the space, asserting the need for coordinated efforts between the lessor and VA engineering staff. This comprehensive ASR serves as a critical guideline for potential lessors vying to meet the federal government's specifications for the facility’s operational readiness and compliance with legal and environmental standards.
    The document outlines the security requirements for federal facilities classified as Facility Security Level II (FSL II), emphasizing the need for comprehensive security measures integrated into the design and rental rate of the property. Key sections address specific criteria for site security, structural integrity, facility entrances, interior spaces, security systems, and cybersecurity. Each criterion includes mandated measures such as established landscaping to minimize concealment, robust video surveillance and intrusion detection systems, and guidelines for blast resistance and access control. Further, it specifies the importance of monitoring security measures, conducting regular testing, and maintaining emergency protocols. The document ensures that lessors adhere to federal guidelines while complying with risk assessments based on the Design-Basis Threat (DBT). The overarching goal is to ensure safety and security for occupants and sensitive areas within government-controlled spaces. This framework highlights the federal government’s commitment to creating a secure environment in its facilities while fostering compliance with stringent security standards.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). It begins with definitions relevant to the proposal process, including terms like "discussions," "proposal modification," and "time" calculations. The document specifies the procedures for submitting proposals, modifications, and withdrawals, emphasizing the importance of timely submissions and the conditions under which late proposals may be considered. Further, it discusses the obligations of offerors regarding confidentiality of sensitive data and explains the criteria for evaluating proposals, highlighting the government's intent to award based on the best value determined through evaluations of price and technical merit. The document includes requirements for compliance evaluations for contracts exceeding $10 million and stipulates the necessity of registration in the System for Award Management (SAM) for successful bidders. Lastly, it details the legal bindings of lease execution and the necessary conditions for offerors to disclose any potential conflicts under the Federal Acquisition Supply Chain Security Act. This thorough framework is designed to ensure fair and accountable procurement processes while maintaining compliance with federal regulations and standards.
    The document outlines the General Clauses applicable to the acquisition of leasehold interests in real property under federal government contracts, as specified in the GSA Template 3517B. It includes definitions, responsibilities regarding subletting and assignment, conditions for inspection and acceptance, maintenance requirements, payment terms, compliance with laws, and provisions regarding disputes and labor standards. Key clauses address performance obligations, payment structures including prompt payment provisions, and anti-kickback procedures. The document emphasizes the mutual obligations of both the Government and the Lessor, specifying rights, remedies, defaults, and liabilities. It also presents measures that address cybersecurity, ensuring compliance with federal regulations and directives. Overall, the document serves to ensure a clear understanding of the contractual framework guiding leases involving government property, reinforcing accountability and performance standards while promoting fair practice and ethical conduct.
    The document outlines a proposal form for leasing warehouse space in response to a Request for Lease Proposals (RLP) from the government. It includes comprehensive descriptions of the premises, detailing the building’s specifications such as location, total space, type of usage (office, warehouse, etc.), dimensions, loading dock features, and electrical specifications. Additionally, the proposal incorporates financial elements, offering breakdowns for tenant improvements, build-out costs, shell rent, and annual rent calculations. The lease terms are stipulated, including the duration, renewal options, parking provisions, and additional financial aspects such as management fees and utilities. Critical compliance checks include confirming whether the property meets federal standards for safety, accessibility, and energy efficiency, along with confirming its location concerning flood plains and seismic safety requirements. This well-structured document serves to guide prospective lessors in providing detailed, compliant proposals for government leasing contracts, reflecting the government's needs for operational functionalities, financial transparency, and adherence to specific standards and regulations.
    The Lessor's Annual Cost Statement is a form utilized by the General Services Administration (GSA) to ensure accurate estimation of costs associated with leased government spaces. The primary purpose of this document is to compile and report annual operating costs for services and utilities provided by the lessor as part of rental agreements, as well as costs related to ownership, excluding capital charges. The statement includes two main sections: Section I covers estimated annual costs of services and utilities broken down into categories such as cleaning, heating, electrical, and maintenance, while Section II focuses on ownership-related expenses like real estate taxes, insurance, and management fees. Lessees must enter details regarding the rentable area, specify whether services are for the entire building or the government-leased area, and provide a comprehensive cost estimate for various items. A crucial aspect is the certification of the provided figures' accuracy by the lessor, ensuring compliance with prevailing rental scales in their community. Overall, this document is vital for establishing fair market values and responsible fiscal management regarding federal leasing practices.
    The prelease fire protection and life safety evaluation document outlines requirements for leasing warehouse space to the government, particularly focusing on safety compliance for both small and large spaces. Part A and Part B detail the information required from the Offeror or a licensed professional engineer, including warehouse specifications, compliance with fire codes, and fire safety systems. Key elements include the need to evaluate the warehouse building against current fire and building codes, the classification of storage commodities, the design of fire suppression systems, means of egress, and alarm systems. Specific questions must be answered relating to the warehouse's layout, existing safety features, and fire department access, ensuring thorough assessments of fire protection measures are conducted. The document emphasizes adherence to safety regulations, with a condition that the evaluation maintains its validity for five years, pending no major alterations to the structure. The completion of the evaluation is essential prior to lease acceptance, highlighting the government's commitment to ensuring safety standards are met before occupancy. Overall, the evaluation ensures that the workspace is safe for government operations by enforcing compliance with established fire protection and life safety standards.
    The document outlines the procedures and forms required for Offerors to ensure seismic compliance with RP 8 standards during pre-award and post-award phases for federally owned or leased buildings. It specifies that Offerors or their engineers must complete Forms A through D prior to award, confirming whether existing buildings meet seismic standards or detailing commitments for retrofitting new constructions. Each form necessitates the engineer's evaluation, certification, and stamping according to established codes, such as ASCE/SEI 31 and ASCE/SEI 41. Form D allows for exemption claims under certain conditions. Post-award, Forms E and F are to be used to certify that retrofitted or new buildings comply with seismic regulations. Definitions clarify terms like 'engineer' and references necessary standards. This document serves to establish safety protocols in the lease and occupancy of federal properties, underlining the government's commitment to seismic safety in construction processes. It links federal RFPs to specified safety practices necessary for compliance and risk mitigation in building operations.
    This document outlines the representation requirements for federal contractors regarding the use of certain telecommunications and video surveillance equipment. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring or extending contracts with entities that utilize covered telecommunications equipment or services, effective from August 2019 and August 2020. Offerors must declare whether they will provide such equipment or services to the government and disclose necessary information if applicable. The document defines terms related to telecommunications and mandates a review of the System for Award Management for entities barred from receiving federal contracts. It details the procedures for compliance, emphasizing that representation is based on a reasonable inquiry into the contractor's use of telecommunications equipment. The requirements underscore the federal government's commitment to national security and the integrity of telecommunications systems during contract procurement processes.
    The document outlines the prohibition on the use of TikTok, a ByteDance application, on government-owned information technology and by federal contractors, due to security concerns. It references the Consolidated Appropriations Act of 2023 and the No TikTok on Government Devices Act, which collectively enforce this prohibition. Key definitions include what constitutes a "Covered application" and "Information technology," as applicable to government agencies and contractors. The prohibition extends to all technology owned or managed by the government and any technology used in federal contracts unless a written exception is provided by the contracting officer. Additionally, contractors are mandated to include this clause in all subcontracts to ensure compliance at all levels. This measure reflects the government's efforts to enhance cybersecurity and protect sensitive data from potential risks associated with the application. The document serves as a formal guideline for federal entities and contractors regarding compliance with these security mandates.
    The document outlines the qualifications and financial information required from contractors applying for federal government contracts, specifically under the purview of the General Services Administration (GSA). It includes sections for general information about the organization, ownership and financial history, government indebtedness, banking, and supplier information. Key areas address the type of business structure, taxpayer identification, current and past financial obligations, including any bankruptcies or legal issues, and an assessment of financial health through balance sheets and income statements. Furthermore, it highlights the need for accuracy in the provided information, emphasizing the importance of maintaining financial responsibility when seeking government financing or contracts. This structured data collection supports the federal government's vetting process for contractors bidding on government projects, ensuring compliance and financial stability in service and construction contracts.
    The document outlines the structure and required content of the Standard Form 330, which federal agencies use to assess the qualifications of architect-engineer (A-E) firms for contract selection. It emphasizes that firms are evaluated based on demonstrated professional competency as mandated by the Selection of Architects and Engineers statute and the Federal Acquisition Regulation (FAR). Part I details qualifications for specific contracts, requiring information on contract particulars, team composition, individual resumes of key staff, and examples of relevant previous projects. In contrast, Part II focuses on general firm qualifications, including ownership structure, employee disciplines, annual revenue, and a profile of project experience. Agencies may customize submission instructions, and firms are encouraged to keep their submissions current. The form facilitates compliance with federal regulations while promoting transparency in the selection process for A-E services; notably, firms must document their capabilities and relevant project experience to be considered for contracts. This structured approach aids government entities in identifying the most qualified A-E firms, ensuring informed decision-making based on clear eligibility criteria and comparative evaluations.
    The document outlines the General Decision Number ID20240104 regarding wage determinations for building construction projects in Ada and Boise Counties, Idaho, under the Davis-Bacon Act. Effective from January 12, 2024, it mandates that contracts comply with minimum wage rates specified by Executive Orders 14026 and 13658, ensuring workers are paid at least $17.20 or $12.90 per hour, depending on the contract date and conditions. The document lists various classifications of workers and their corresponding wage rates, such as bricklayers, electricians, and laborers, along with applicable fringe benefits. It also details the appeal process for wage determinations and emphasizes that labor classifications not listed must be added post-award. Key aspects include the stipulations for contractor compliance with worker protections and annual adjustments to wage rates. The document serves as a guideline for contractors involved in federally funded construction in Idaho, ensuring fair compensation for workers and proper adherence to legal standards.
    The document serves as a comprehensive template for estimating costs related to Tenant Improvements (TIs) and Shell conditions in governmental construction projects, particularly in response to federal RFPs. It outlines the structure for detailing materials and labor associated with various construction divisions from 1 to 33. Each section includes fields for project-specific information, material descriptions, quantities, unit costs, and total calculations. The primary aim is to establish a systematic approach to cost estimation that aligns with GSA guidelines and industry standards, ensuring accuracy and transparency. Key points include the delineation between Shell and Tenant Improvements, with Shell referring to the base building's completed conditions and TIs involving additional enhancements to make spaces usable. The document emphasizes filling out specific fields to auto-populate cost summaries in the TICS tab, highlighting the importance of comprehensive documentation for funding requests. Moreover, costs associated with general contractor fees, A&E fees, and management fees under lease agreements are to be included, establishing a framework for effective project management and budget adherence throughout the construction process.
    Similar Opportunities
    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.
    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--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.
    C1DA--531-25-102 | AE Design Expand Emergency Room VAMC Boise, ID
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the expansion of the Emergency Room at the VA Medical Center in Boise, Idaho. The project involves renovating approximately 10,700 square feet, transitioning from the current 5,700 square feet facility, and will be executed in two phases, including the relocation of an outpatient clinic. This expansion is crucial for enhancing emergency services for veterans, with an estimated construction budget ranging from $10 million to $20 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications by November 7, 2024, and all communications should be directed to Contract Officer Fannie-Ann Riddle-Koroma at Fannie-Ann.Riddle-Koroma@va.gov.
    Sources Sought 300 Parking Spaces in Phoenix AZ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting market research to lease approximately 300 parking spaces in Phoenix, Arizona, as part of advertisement RLP 36C24W25R0006. The VA is particularly interested in existing facilities that comply with ADA standards and federal regulations, and the lease term will be firm for ten years, commencing around June 2025. This initiative aims to enhance support for veterans by providing necessary amenities in proximity to public transportation and essential services. Interested lessors must submit their expressions of interest, including detailed property information, by November 4, 2024, and can contact Robert Emanuel at robert.emanuel@va.gov or Jason Call at Jason.call2@va.gov for further inquiries.
    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.
    Z2DA--531-25-103 | Bldg 77 Freight Elevator Controller/Motor Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the modernization of the freight elevator controller and motor in Building 77 at the Boise Veterans Affairs Medical Center. This project aims to upgrade an outdated elevator system, ensuring compliance with current ASME and ANSI standards while enhancing safety and operational efficiency. The selected contractor will be responsible for providing all necessary materials, labor, and supervision to complete the modernization within 180 calendar days, with a maximum of 45 days to operationalize the new systems after the existing elevator is out of service. The estimated project cost ranges from $100,000 to $250,000, and proposals are due by November 4, 2024, at 1:00 PM MDT. Interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
    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.
    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.
    X1DB--Bangor, ME CBOC - Request for Lease Proposal (RLP)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Request for Lease Proposal (RLP) for a facility located in Bangor, ME, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure a lease for nonresidential buildings, as indicated by the NAICS Code 531120 and Product Service Code X1DB, which focuses on the leasing and rental of laboratories and clinics. This initiative underscores the government's commitment to supporting veteran-owned enterprises while fulfilling its facility needs. Proposals are due by December 10, 2024, at 4 PM Eastern Time, and interested parties can reach out to the designated brokers via the provided email addresses for further information.