Auburn Homeless Vet Center
ID: 36C24W25R0028Type: 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 OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease of office space to establish a Homeless Vet Center in the Auburn/Federal Way area of Washington. The procurement requires a modern facility with a minimum of 4,725 rentable square feet, ideally located near public transportation and amenities, and must include at least ten reserved parking spaces. This initiative is crucial for providing support services to homeless veterans, reflecting the government's commitment to enhancing veteran care and support infrastructure. Interested lessors should submit their proposals by August 31, 2025, and may contact Kenneth Chapman at kenneth.chapman3@va.gov or 253-888-4901 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Auburn Community Based Outpatient Clinic (CBOC) is outlined in this document, detailing requirements for the design and construction of a new facility aligned with the Veterans Health Administration standards. The facility will accommodate various healthcare functions, including primary care exam rooms, bariatric procedure areas, and telehealth capabilities, ensuring compliance with relevant national codes and standards, particularly NFPA and IBC regulations. Key features include specialized exam rooms with advanced technology, a multi-purpose conference area, and extensive security and fire protection measures. The design must adhere to guidelines for noise control, physical security, and accessibility, ensuring safety and efficient operations. Design teams must be qualified with relevant experience, and contractors are required to submit financial information and past performance evaluations. Compliance with EPA and public health standards for plumbing is emphasized, ensuring high-quality water supply and sanitation. This initiative demonstrates the federal government's commitment to enhancing veteran healthcare facilities' infrastructure, focusing on patient-centered care and operational excellence.
    The U.S. Department of Veterans Affairs (DVA) is seeking Expressions of Interest for leasing a Homeless Veteran Outreach Center in Auburn, Washington. The intended space is approximately 4,725 rentable square feet, with a minimum of 10 parking spaces, as part of a 20-year lease (5 years firm, 15 years soft) with an estimated occupancy date of August 2025. This Sources Sought Notice aims to identify potential small business sources capable of fulfilling project requirements, which include potential design and construction, maintenance, and operations. Interested parties must submit their Expressions of Interest by November 26, 2024. The offered space must adhere to DVA specifications, zoning requirements, and federal safety standards. Further, it should be accessible via public transportation and not located in a floodplain. Evaluation will consider an array of operational and safety features, aligning with DVA's strategic goals to support veteran services. Notably, this notice serves as a preliminary step rather than a formal solicitation. Specific requirements and guidelines for submission are detailed within the notice, which underscores the necessary compliance with federal acquisition regulations.
    The document outlines the specific requirements for tenant improvements in facilities leased by the Veterans Affairs (VA), focusing on healthcare design and construction standards. It mandates adherence to various building codes, including the Veterans Health Administration's architectural criteria, life safety guidelines, and accessibility standards. The facility design includes multiple medical spaces such as exam and procedure rooms, telehealth facilities, a lab, consultation areas, and administrative offices, ensuring a patient-centered approach. Key aspects include providing state-of-the-art audiovisual systems, security measures including access control and surveillance, robust fire protection systems, and sound control measures to ensure comfort in patient care areas. Design teams must include licensed professionals in architecture and engineering, and all installations must ensure energy efficiency and compliance with environmental standards. Additionally, the document specifies qualifications for contractors and requires detailed plans for plumbing, electrical systems, and interior finishes. The comprehensive scope emphasizes the commitment of the VA to provide high-quality healthcare environments tailored to veterans’ needs, ensuring safety, functionality, and compliance with federal regulations throughout the construction process.
    The document pertains to the federal government's solicitation for proposals (RFPs) and grant applications across various agencies. It outlines procedures and criteria for submitting proposals in response to federal and state funding opportunities. The main emphasis is on ensuring compliance with established regulations, guidelines, and deadlines. Key details include the requirements for documentation, eligibility criteria for applicants, and the evaluation process for submissions. Furthermore, it stresses the importance of thorough project proposals that demonstrate potential impact, innovation, and alignment with government priorities. The structure includes sections detailing application instructions, eligibility conditions, and evaluation criteria, which are crucial for applicants seeking funding. This comprehensive guide aims to facilitate an efficient grant application process, fostering transparency and accessibility for interested parties. Overall, it serves as an essential resource for organizations aiming to secure federal or state funding through RFPs.
    The document outlines general clauses related to the acquisition of leasehold interests in real property as part of government leases. It covers aspects such as subletting and assignment, compliance with laws, maintenance responsibilities, payment procedures, and requirements for audits and disputes. Key sections include provisions for the Government's rights regarding property conditions, alterations, and the responsibilities of contractors, including adherence to labor standards and ethical conduct regulations. The contract emphasizes the mutual obligations of the Government and the Lessor, detailing processes for addressing defaults, payment timelines, and compliance with applicable laws and safety standards. Furthermore, it outlines clauses related to small business utilization, reporting requirements, and prohibitions against certain telecommunications services to safeguard national security. The document serves as a comprehensive guide for government-related leasing activities, ensuring clarity in terms and conditions to promote accountability and regulatory compliance.
    The document outlines the requirements for the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment in the context of federal contracts. It emphasizes that Offerors must disclose whether they provide or use covered telecommunications equipment or services, as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Specifically, it prohibits contracts involving such equipment or services, which are deemed essential components for any system, effective from August 2019 and August 2020. Offerors must review the System for Award Management (SAM) for excluded entities related to these services. They are required to provide details about any covered equipment or services, including producer information and descriptions, when applicable. The form mandates responses indicating whether the Offeror will or will not use these prohibited services, which are crucial for government procurement processes, ensuring transparency and compliance with security regulations. The document is structured to facilitate clear representation, enabling agencies to assess risks associated with telecommunications procurements.
    The document outlines a representation requirement for offerors regarding certain telecommunications and video surveillance services and equipment, in compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must determine if they provide or use "covered telecommunications equipment or services," which are prohibited under federal contracts. The document specifies related procedures, requiring a declaration about the nature of the equipment and services used. If offerors affirm that they do provide or use such equipment, they must disclose detailed information about the equipment's origins and intended use, ensuring compliance with federal prohibitions. This representation serves as a safeguard for federal agencies to avoid contracts associated with high-risk telecommunications technologies, reinforcing the government's commitment to national security standards. It emphasizes the importance of due diligence in evaluating any telecommunications offerings relevant to government contracts.
    The Lessor's Annual Cost Statement, under OMB Control Number 3090-0086, is a critical document for entities leasing space to the federal government. It requires lessors to provide an estimated annual cost breakdown of services and utilities included in rental agreements. Key categories include cleaning, heating, electrical, plumbing, and maintenance of various building systems, along with salaries and supplies necessary for operation. The document emphasizes the importance of accurate estimation in accordance with community rental benchmarks, ensuring that only fair market rates are proposed. Additionally, the statement necessitates disclosure of ownership costs, such as real estate taxes, insurance, and management expenses. The detailed instructions guide lessors in calculating rentable areas for both the entire building and the specific government-leased area. Certification by the lessor is required, affirming the accuracy of the submitted costs. Overall, this statement supports transparency and accountability in federal leasing processes, assisting the General Services Administration (GSA) in evaluating fair rental value for government use.
    The Lessor's Annual Cost Statement is a form designed for building owners who lease property to the federal government, specifically the General Services Administration (GSA). It structures the annual cost estimates for services, utilities, and ownership relevant to rental agreements. The form requires detailed breakdowns of expenses, including cleaning, heating, electrical, plumbing, air conditioning, and various maintenance services, categorized for the entire building and the specific government-leased space. Additionally, owners must provide costs related to real estate taxes, insurance, lease commissions, and management fees, contributing to the government's assessment of fair market value for leased space. The document includes instructions for accurately measuring rentable areas and preparing cost estimates, which are essential for proper lease evaluations. By collecting this information, the GSA aims to ensure leasing rates align with community standards while facilitating the government's leasing needs efficiently.
    The document appears to be inaccessible due to compatibility issues with the PDF viewer. Therefore, specific content, main topics, and key ideas cannot be extracted or summarized. Generally, government files concerning RFPs, grants, and proposals cover funding opportunities, eligibility criteria, submission requirements, and project scopes meant to guide agencies and stakeholders. Typically, these documents are structured to include a purpose statement, detailed instructions for applicants, timelines, and evaluative criteria for proposals. However, due to the lack of specific information in this instance, a concise analysis of the actual file content cannot be provided. Assistance with accessing or displaying the document may enable a more comprehensive evaluation and summary.
    The document encountered is an inaccessible PDF viewer message lacking the actual contents required for analysis. Thus, I cannot derive any main topic, key ideas, supporting details, or structural elements from what was provided. Without valid content, I cannot summarize or analyze any relevant information pertaining to federal RFPs, grants, or state/local requests for proposals. To proceed efficiently, access to the proper document is essential for accurate breakdown and synthesis.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property. It includes detailed instructions for offerors regarding the submission, modification, revision, and withdrawal of proposals, noting that all proposals must be submitted in accordance with specified formats and procedures. The document defines key terms, such as "discussions," "proposal modification," and "proposal revision," and outlines the conditions under which late proposals may be considered. It emphasizes the obligation for offerors to properly acknowledge any amendments to solicitations. Additionally, the provisions specify the necessary steps for executing leases, including required signatures from individuals, partnerships, corporations, or joint ventures. It also details regulations surrounding the prohibition of providing certain covered articles under the Federal Acquisition Supply Chain Security Act (FASCSA) and includes guidelines for maintaining registration in the System for Award Management (SAM). The purpose is to ensure responsible contracting practices while providing clarity on compliance, proposal evaluation processes, and award conditions. This guidance is essential for any organization engaging in federal lease-related RFPs, supporting efficient procurement practices and transparency in government operations.
    The document outlines the instructions and provisions for offerors participating in the acquisition of leasehold interests in real property, under federal government guidelines. It defines key terms such as "discussions," "proposal modification," and "submission of proposals." It emphasizes the requirement for proposals to be submitted in specific formats, including deadlines for submission and conditions for late proposals. Offerors are informed about the acknowledgment of amendments, submission procedures, and restrictions on the disclosure of proprietary data. Key sections discuss the process for lease award, evaluating proposals based on best value, the possibility of rejecting proposals, and the need for all parties involved to sign the lease according to specific criteria. Furthermore, the document addresses the rules related to the submission of facsimile proposals, registration requirements in the System for Award Management (SAM), and compliance with the Federal Acquisition Supply Chain Security Act. Overall, the file serves to ensure fair and transparent procurement processes for government real estate leases, guiding offerors through the submission and negotiation stages while stipulating compliance requirements.
    The document outlines a lease agreement between a property lessor and the U.S. Government, facilitated by the General Services Administration (GSA). The lease involves renting office space, detailing terms like rental amounts, lease duration, and responsibilities of both parties. Key provisions include the total rentable square footage, common area usage, and parking rights. The lease specifies financial aspects, including annual rent divided into shell rent, operating costs, tenant improvements, and adjusted payments based on occupancy rates and real estate taxes. Termination and renewal rights are granted to the Government, enabling flexible use of the premises. Additionally, it encompasses clauses related to construction standards, alterations, and compliance with federal regulations, emphasizing environmental and safety considerations. The document aims to facilitate a transparent and structured leasing process for government needs while ensuring proper compliance with applicable laws and regulations.
    The lease agreement under GSA Lease No. GS-XXP-LXXXXXXX outlines the terms between the Lessor and the United States Government, represented by the General Services Administration (GSA). It specifies that the Government rents premises for office space, detailing rental amounts, lease duration, and various tenant rights, including those related to parking and telecommunications installations. Key contract details include a term beginning upon acceptance, potential renewal options after the firm term, adjustment provisions for operating costs and real estate taxes, and rights for termination. The rent structure comprises different components such as shell rent, operating costs, and allowances for tenant improvements, which are amortized. The agreement confirms that maintenance responsibilities, property alterations, and compliance with related regulations are imposed on the Lessor while providing avenues for tax adjustments and adjustments for unoccupied spaces. It mandates adherence to specifications and standards, ensuring the leased space remains suitable for government use. This lease reflects the federal procurement process's complexity, promoting transparency in government real estate obligations and responsibilities.
    The GSA Request for Lease Proposals (RLP) No. 36C24W25R0028 details the requirements and instructions for leasing approximately 4,725 rentable square feet of office space in Auburn, WA. Proposals are due by April 25, 2025, and must conform to specific requirements outlined in the RLP to be considered for award. The lease shall last for 20 years with a 5-year firm term, allowing for governmental termination rights. The document outlines criteria for the property's location, design, and security requirements, emphasizing modern construction standards and accessibility. Offerors must comply with various environmental regulations, including energy efficiency measures, and potentially hazardous material assessments. Evaluation criteria include the efficiency of property layout and adherence to seismic safety standards. Additionally, the RLP includes clear instructions for offering and submission logistics, including the necessity of detailed cost breakdowns, documentation supporting zoning compliance and financial capability, and timelines for improvements. The document epitomizes federal leasing processes by emphasizing compliance with numerous federal standards, regulations, and preferences for historic properties. The emphasis on detailed environmental assessments and energy efficiency reflects current government priorities in sustainable contracting and risk management.
    This Request for Lease Proposals (RLP) No. 36C24W25R0028 seeks offers for a 20-year lease of 4,725 Rentable Square Feet in Auburn, WA, with a deadline for submissions by August 31, 2025. The proposals will be assessed based on the outlined requirements and conditions and must comply with various specifications including security and environmental standards. The space should be in modern buildings, ideally located near amenities and public transportation, with a minimum of ten reserved parking spaces. Potential landlords must provide evidence of financial capability and adherence to zoning laws, and the offer must include a detailed cost breakdown for rent and tenant improvements. The proposal should also comply with certain provisions related to historic preservation and accessibility. The significance of energy efficiency is emphasized, with the requirement that the building achieved an ENERGY STAR® label or commitments for improvements outlined for approval prior to occupancy. The purpose of this RLP is to identify suitable properties that fulfill federal requirements while ensuring efficient use of resources and compliance with legislative standards.
    The government document outlines the prelease fire protection and life safety evaluation for warehouse buildings situated in a leasing proposal context. It divides the evaluation process into two parts: Part A for spaces less than 40,000 square feet or located above the ground floor, and Part B for larger spaces, both requiring compliance with relevant building and fire codes. Key sections in Part A include general building information, types of storage configurations, fire suppression systems, and means of egress. Part B, intended to be completed by a licensed fire protection engineer, necessitates a detailed narrative report addressing building code compliance, fire hazards, storage arrangements, and fire safety systems in comprehensive detail, including required testing and maintenance. Notably, the document emphasizes adherence to national safety codes and the necessity for identifying and mitigating deficiencies to ensure that the space is suitable for government leasing. The accuracy of provided data and proactive correction plans for non-compliant features must be thoroughly documented. This evaluation process is vital for ensuring safety standards and regulatory compliance before government occupation of warehouse spaces.
    The document presents a Security Unit Price List (Level II) for use in federal and state government contracts related to facility security. It outlines pricing structures for various security measures that need to be implemented during property leasing agreements. Key sections include facility entrances and lobby security, interior government space controls, exterior site safety, security systems, and operations administration. Each category identifies specific security features, such as employee access control, identity verification, signage, and intrusion detection systems, with some costs classified as “Priced in Shell” or “Priced in Tenant Improvements.” The form requires lessors to provide unit prices for security enhancements after the design phase, with the final costs subject to negotiation before the commencement of work. Key instructions emphasize the need for any alterations in the security section to be reflected in the spreadsheet. Overall, the document serves as a comprehensive framework for standardizing security measures in government leases and ensures alignment with specified security standards for public safety and operational efficiency.
    The "Security Unit Price List (Level II)" is a document designed to outline the pricing structure for security measures associated with federal government leases, specifically focusing on various aspects of facility security. It includes sections for facility entrances, screening requirements, common and non-public areas, and exterior site considerations. Prices for security measures, categorized into shell or tenant improvements, are to be filled out post-award according to the final design intent and construction documents. Key components include provisions for employee access control, identity verification systems, emergency generator protection, and various security systems like video surveillance and intrusion detection. The document reinforces that certain elements will be priced based only on final adjustments made in negotiation and design. Additionally, it emphasizes that thorough adherence to security standards is necessary for compliance and safety across government-controlled spaces. Overall, the document serves as a foundational pricing framework for implementing essential security upgrades to government buildings, ensuring that they meet the necessary standards while providing a structured approach to costs and requirements.
    The "RLP OFFER ATTACHMENT - SEISMIC OFFER FORMS" documents the procedures and forms necessary for compliance with seismic safety standards in federal leasing agreements, specifically adhering to RP 8 standards. It outlines a series of pre-award and post-award forms (Forms A through F) that offerors must complete. Key forms include Form A for Benchmark Buildings, which certifies compliance with seismic standards, and Form B for existing buildings, which requires an evaluation of life safety performance. For retrofits or new constructions, Form C assesses the commitment to seismic safety adherence. Offerors may also claim exemptions under Form D based on specific criteria related to building size and location. Post-award forms (E and F) require certification of compliance following refurbishments or new constructions. Engineers must complete and stamp these forms, providing supporting documentation as required by the government. Overall, this document serves to ensure that all federal buildings meet necessary seismic safety standards while facilitating the leasing process through structured evaluations and commitments by qualified engineers.
    The document outlines security requirements for facilities classified under Facility Security Level II (FSL II), primarily intended for government properties including those operated by the Department of Veterans Affairs (VA). It includes definitions such as "critical areas" and "sensitive areas," highlighting objectives to safeguard functionalities vital to facility operations. Key sections discuss site security criteria, structure security criteria, facility entrance security criteria, interior security criteria, security systems criteria, and administration operations, specifying measures like signage, landscaping, lighting, and barriers. Critical points include the need for clear identification of federal facilities, controlled access through comprehensive lighting, and robust intrusion detection systems. Security measures focus on blast resistance, surveillance systems, and controlled access for both employees and visitors. The document emphasizes compliance with established protocols, including regular testing, maintenance of security systems, and cybersecurity measures to protect against unauthorized access. Overall, it reflects the federal government’s emphasis on maintaining security standards while ensuring the safety of personnel and operations within government facilities.
    The document outlines security requirements for federal facilities classified as Facility Security Level II, particularly focusing on the obligations of lessors regarding safety and security measures. Key areas include the identification of critical and sensitive areas within facilities, site security criteria, and structural requirements to mitigate risks from potential threats. The document emphasizes the need for effective lighting, landscaping that minimizes concealment, vehicle barriers, and robust security systems like video surveillance and intrusion detection. It mandates measures for blast resistance, controlled access to sensitive spaces, and security during construction. Additionally, strict cybersecurity guidelines are provided to ensure that building access control systems do not connect to federal IT networks, alongside incident response protocols in the event of cyber threats. The document serves as a comprehensive framework to ensure the safety and security of federal facilities, ensuring compliance with national standards and regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    Oklahoma City Overflow Parking
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of approximately 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. The selected offeror will be responsible for the design, construction, maintenance, and operation of the facility, which must meet DVA specifications for various amenities, including fencing, gates, shuttle waiting areas, and video surveillance. This procurement is crucial for accommodating the parking needs of veterans and their families visiting the medical center, with a firm lease term of 10 years and an optional additional 10-year term, anticipated to commence on October 1, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel at miranda.kloeppel@va.gov, with an estimated tenant improvement budget between $251,000 and $500,000.
    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.
    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.
    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.
    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.
    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.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.
    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.