Chatsworth Vet Center RLP
ID: 36C24W24R0016AType: 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
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of clinical space for the Chatsworth Vet Center in California. The procurement aims to secure between 4,500 to 5,500 ABOA square feet of modern, accessible office space that meets specific requirements for security, environmental standards, and operational efficiency, including features such as high-speed internet and ADA compliance. This initiative is crucial for providing a welcoming and functional environment for veterans, ensuring that the facility can effectively deliver necessary services. Proposals must be submitted by November 21, 2024, and interested parties can contact Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to consist of various fragmented texts without coherent structure or clear topics, making it challenging to extract specific information. However, it is evident that the content relates to government proposals, funding, or other regulatory processes typical in federal grants and local RFPs (Requests for Proposals). The main focus seems to revolve around process and compliance requirements, adherence to regulations, and discussions about various projects potentially involving assessments, proposals, and execution strategies. Key elements likely pertain to project planning, hazard assessments, and compliance with safety standards, particularly in environmental contexts. Overall, the document serves as a collection of operational notes or templates relevant to government regulations, reflecting the complexities and safety considerations inherent in public sector projects. The ultimate aim appears to be ensuring proper implementation of guidelines and standards that govern federal and state/local funding initiatives.
    The document outlines the terms and conditions for a lease agreement between the Lessor and the U.S. Government, facilitated by the General Services Administration (GSA). The agreement stipulates necessary actions and responsibilities for both parties, including definitions of the leased premises, rental rates, and the nature of tenant improvements. Notable sections cover the lease term, appurtenant rights, and rent calculations, detailing adjustments based on measurements and additional amenities. Crucially, the lease emphasizes compliance with legal standards, including environmental and safety regulations, while mandating that lessors provide all necessary utilities and maintenance services. Additional clauses address potential terminations, renewal rights, and broker commissions, ensuring the Government retains flexible options throughout the leasing period. The structure includes various sections dedicated to operational standards, tenant improvement requirements, and essential legal obligations. This document illustrates the procedural framework within government leasing, fully aligned with federal regulations and guidelines governing public contracts, ensuring transparency and accountability throughout the leasing process.
    The Department of Veterans Affairs seeks to lease clinical space for the Chatsworth Vet Center, emphasizing the need for contiguous, professional, and accessible office space. The facility must include specific room requirements such as a welcoming entrance, waiting area, restrooms, reception, offices, and counseling rooms, all designed to facilitate the efficient delivery of services to veterans. Essential features include modern amenities like high-speed internet, security systems, acoustic privacy measures, and ADA compliance. The document outlines detailed specifications on dependencies, including finishes, signage, and telecommunications infrastructure. The purpose of this request is to ensure the Vet Center environment meets the needs of staff and veterans effectively, providing a secure and welcoming setting. The RFP aims for a design that supports operational efficiency while maintaining high standards for aesthetics and functionality.
    The U.S. Department of Veterans Affairs (VA) has developed the Vet Center Exterior Signage Guide to standardize external signage associated with the Vet Center brand. This authoritative document mandates adherence to sign design standards and local regulations for all exterior signage applications. Key guidelines include the prohibition of alterations to logo colors and designs without prior approval from the designated Contracting Officers Representative (COR). The guide categorizes signage into preferred and secondary applications, with preferences for channel letters on a raceway sign as the primary choice. Other options include lightbox signs, monument signs, and restrictive tenant panel signs, each with specific design, color, and material specifications. For instance, color standards require the use of Pantone shades for the Vet Center logo, and all signage must be legible from main roads. Installations are to be coordinated with the COR, ensuring compliance with all installation protocols, including immediate repair for any damage incurred during the process. The guide also emphasizes the necessity of including accessibility features to align with the Americans with Disabilities Act (ADA) standards. Overall, the guide reflects the VA's commitment to a cohesive branding presence across its facilities while ensuring safety and legal compliance.
    The document outlines a guideline for room signage color coordination, stipulating that it must align with the color finishes of both the paint and flooring used in the space. This requirement emphasizes the importance of aesthetic unity in institutional design, likely within the context of a federal, state, or local project. The document suggests a focus on visual consistency to enhance the overall environment, contributing to a cohesive and professional appearance. Such specifications are typically included in government RFPs or grants to ensure that contractors adhere to established design standards, reflecting the government’s commitment to quality and uniformity in public facilities.
    The document outlines Security Requirements (Level II) for federal leased properties, emphasizing compliance with stringent security measures necessary to protect government facilities and personnel. It defines critical areas within the buildings and mandates specific security protocols such as employee access control, visitor identity verification, and restricted access for sensitive utility and mechanical areas. The Lessor must accommodate various security systems, including a Video Surveillance System (VSS) and Intrusion Detection System (IDS), ensuring these systems are installed, maintained, and regularly tested. Additional provisions cover landscaping to eliminate concealment risks, parking regulations for government personnel, and a construction security plan to safeguard assets during building projects. Furthermore, the document mandates cybersecurity protocols for building access control systems, reinforcing the separation from federally operated IT networks. Overall, the requirements aim to create a secure environment for federal tenants, aligning with broader government standards for facilities management and safety during contract execution and operations.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). Key aspects include instructions to offerors regarding submission methods, proposal modifications, and the acknowledgment of solicitation amendments. The government emphasizes late submission rules and the conditions under which late proposals may be accepted. A strong focus is placed on the compliance evaluation under the Office of Federal Contract Compliance Programs for contracts exceeding $10 million. The document further specifies requirements for lease execution by different types of entities, protocols for handling protests, and guidelines for electronic submissions. Particular attention is given to the need for properties to avoid being located within 100-year floodplains unless alternatives are not practicable. Offerors must be registered in the System for Award Management (SAM) prior to contract award, with strict conditions regarding unique entity identifiers. The GSA reserves the right to reject any or all proposals that do not align with governmental interests. This structured guidance ensures compliance and competitiveness in federal leasing processes, reflecting the agency's approach to fostering equitable practices while fulfilling operational needs.
    The document outlines the General Clauses related to the acquisition of leasehold interests in real property as per the GSA Template 3517B. It consists of a comprehensive structure encompassing definitions, performance obligations, payment terms, standards of conduct, adjustments, audits, disputes, labor standards, small business regulations, cybersecurity, and additional clauses that govern leasing arrangements with the federal government. Key points include the government’s rights to inspect the property, requirements for rent payment, and stipulations on alterations made by the Government. Lessor obligations encompass maintaining the property, ensuring compliance with applicable laws, and providing a safe environment. The document stresses the importance of timely notice of defaults and remedies available for both parties. It mandates adherence to ethical standards and the treatment of small businesses and veterans, reinforcing equity in government contracting practices. This framework is essential for clarity and compliance in federal RFPs and grants, ensuring transparency, responsibility, and legal accountability in lease agreements.
    The document outlines critical information pertaining to federal and state/local government Requests for Proposals (RFPs) and grants. It notes the importance of providing detailed specifications regarding project deliverables, timelines, and budget allocations to ensure compliance with funding requirements. The structure emphasizes the necessity for transparency and accountability in the procurement process, guiding applicants on how to structure their proposals effectively. Key elements include the need for clear communication of objectives, methodologies, and expected outcomes within submissions. The guidance also advises on maintaining compliance with both federal and state regulations, particularly related to environmental and financial protocols. The emphasis on long-term impacts and sustainability within project planning aligns with broader governmental goals of improving community welfare through funded initiatives. Furthermore, the document serves as a resource for stakeholders to understand the evaluation criteria used by government agencies in reviewing proposals, thereby enhancing the prospects of successful funding applications. In summary, the document serves as an essential framework for navigating the complexities of government RFPs and grants, aimed at ensuring effective project implementation and funding efficiency while promoting best practices among applicants.
    The Lessor's Annual Cost Statement is a document utilized by the General Services Administration (GSA) to estimate the annual costs of services, utilities, and ownership associated with leased government spaces. It requires lessors to provide detailed breakdowns of costs for services like cleaning, heating, electrical, plumbing, air conditioning, and maintenance, both for the entire building and for government-leased areas specifically. The form includes sections for real estate taxes, insurance, management, and other relevant ownership costs, mandating lessors to submit their best estimates for accurate budgeting and leasing considerations. Instructions emphasize compliance with prevailing rental charges and detail how to measure rentable space. The document also includes a certification requirement, asserting the accuracy of the reported figures. It serves as a crucial tool for establishing fair market value in government leasing actions, thereby aiding both federal and local procurement processes.
    The document outlines the requirements for a Fire Protection and Life Safety Evaluation as part of the General Services Administration (GSA) process for leasing office space in buildings. It is divided into two main parts: Part A, for spaces below the 6th floor to be completed by the Offeror, and Part B for spaces on or above the 6th floor, requiring a detailed assessment by a licensed fire protection engineer. Key points include compliance with local building and fire codes, particularly the National Fire Protection Association (NFPA) standards, and the evaluation of essential safety features like fire sprinkler systems, alarm systems, emergency exits, and elevator safety. The Offeror must provide a range of information, including building details, occupancy classifications, exit accessibility, and potential hazards. Furthermore, Part B necessitates a thorough walkthrough and reporting any deficiencies along with corrective actions, emphasizing the importance of maintaining safety and compliance in government office spaces. The evaluation results are valid for five years unless major modifications occur, underscoring the proactive approach adopted by the GSA for fire safety in federally leased buildings.
    The document is a Request for Lease Proposals (RLP) from the Department of Veterans Affairs for leasing office space in Chatsworth, CA. The Government seeks 4,500 to 5,500 ABOA square feet of modern, sound construction space with specific security, accessibility, and environmental requirements. The lease term is for 20 years, with a 10-year firm period and provisions for Government termination rights. Key evaluation criteria include proximity to floodplain areas, compliance with seismic safety standards, and energy efficiency. The RLP outlines eligibility for a historic property preference during the award process and mandates that leased spaces meet stringent fire safety, life safety, and environmental regulations, including asbestos assessments and energy efficiency specifications. All proposals must be submitted by November 21, 2024, and follow outlined submission protocols. The document serves as a detailed guideline for potential bidders, ensuring proposals align with the Government’s operational, safety, and environmental standards. By integrating various compliance aspects, the RLP demonstrates commitment to securing a functional, compliant, and safe operating environment for the VA.
    Lifecycle
    Title
    Type
    Chatsworth Vet Center RLP
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    X1AA--Detroit Michigan Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the relocation of the Detroit Michigan Vet Center, requiring approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and a maximum of 5,505 Rentable Square Feet (RSF) of contiguous space. This procurement is essential for providing readjustment counseling services to veterans and their families, ensuring the facility is conveniently located and accessible, with necessary amenities and security features. Proposals are due by November 22, 2024, at 1 PM Eastern Time, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov or 317-988-1544 for further details.
    X1AA - Harker Heights, TX Vet Center Relocation Sources Sought for Lease Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking sources for leasing a space for a Vet Center in Harker Heights, Texas. The VA requires a minimum of 6,480 Rentable Square Feet (RSF) of office space, along with specific parking requirements, including 20 parking spaces with 3 ADA-compliant spaces, and the property must not be located within a 100-year flood plain. This opportunity is crucial for providing necessary services to veterans and will involve a lease term of 20 years with options for termination after 10 years. Interested parties must submit property details and a Capabilities Statement by November 25, 2024, with an estimated project cost between $500,000 and $1,000,000. For further inquiries, contact Nicholas "Britt" Williams at Nicholas.Williams7@va.gov or 208-429-2030, or Dominic Mabine at Dominic.Mabine@va.gov or 682-256-3473.
    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.
    X1AA--Campbell County CBOC New/Replacing Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 5,000 ANSI/BOMA office area (ABOA) square feet of contiguous space in LaFollette, TN, for a Community Based Outpatient Clinic (CBOC). The leased space must include a minimum of 25 on-site parking spaces, with specific requirements for handicap accessibility, and should ideally be located on the first floor of a Class A building that meets current building, seismic, and accessibility codes. This full-service lease will require the lessor to manage all utilities, janitorial services, and facility maintenance, with a lease term of up to 10 years being considered. Interested parties must submit their expressions of interest, including detailed property information and a Capabilities Statement if applicable, to Lease Contracting Officer Martin Frazier at martin.frazier@va.gov by 12:00 PM Central Time on October 30, 2024.
    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-- Up to 2 years- Extension - Succeeding Lease Oakland, CA - 29,683 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 29,683 ANSI/BOMA Office Area (ABOA) within a medical building in Oakland, California, as its current lease is set to expire. The objective is to potentially extend the lease for up to two years, with occupancy required by June 15, 2025, and the intention to Sole-Source the lease to the existing building owner, although alternate space proposals are welcome if they present economic advantages. This opportunity is crucial for the VA to maintain its operational capabilities in the region while adhering to legal rental value limitations. Interested parties must submit their expressions of interest by November 8, 2024, at 4 PM Eastern Time, and can direct inquiries to Mayra I Rosa at mayra.rosa@va.gov.
    Veterans Health Administration (VHA) Seeks to Lease 25,050 ABOA sq. ft. of Lab and Warehouse Space in Boise, ID
    Active
    Veterans Affairs, Department Of
    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.
    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.
    Laramie, WY CBOC Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified lessor for a lease agreement to provide a Community Based Outpatient Clinic (CBOC) facility in Laramie, Wyoming, encompassing between 7,541 and 9,049 ABOA square feet. The facility aims to enhance access to primary and mental health care services for Veterans, replacing the existing mobile medical unit and ensuring continuity of care during the transition. This procurement is critical for improving healthcare access and patient satisfaction among the local Veteran population. Interested parties must submit proposals by November 18, 2004, and can direct inquiries to Tenielle Cook at Tenielle.Cook@VA.Gov or William Maddox at William.maddox@va.gov.