X1DZ--Northeast Philadelphia Veteran's Center New Replacing Lease | Up to 3,992 ABOA | 4,791 RSF
ID: 36C24425R0095Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER HOSPITAL BUILDINGS (X1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Northeast Philadelphia Veteran's Center, requiring up to 3,992 ABOA (Rentable) square feet and 4,791 RSF (Usable) square feet of space. The procurement aims to provide a fully serviced and turnkey facility that accommodates clinical services for veterans, including specific requirements for security, accessibility, and interior design, ensuring compliance with various federal standards. This lease is critical for enhancing the delivery of services to veterans in the region, with proposals due by September 18, 2025, at 4:00 PM Eastern Time. Interested parties should contact Joel Garceau, the Lease Contract Specialist, at joel.garceau@va.gov or 412-654-0530 for further details.

    Point(s) of Contact
    Joel GarceauLease Contract Specialist
    (412) 654-0530
    joel.garceau@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 4, has issued Solicitation Number 36C24425R0095 for a new or replacement lease for the Northeast Philadelphia Veteran's Center. The requirement is for up to 3,992 ABOA (Rentable) square feet and 4,791 RSF (Usable) square feet of space. The solicitation is set to close on September 18, 2025, at 4:00 PM Eastern Time. The NAICS code for this procurement is 531120, and the Product Service Code is X1DZ. Joel Garceau is the Lease Contract Specialist, serving as the point of contact. The solicitation includes various attached documents, such as the Request for Lease Proposals (RLP), exhibits covering security requirements, solicitation provisions, general clauses, proposal forms, cost statements, evaluation forms, and wage determinations, outlining all necessary details for potential offerors.
    The Past Performance Questionnaire (RFP NO. 36C24425R0095, LEASE NO. 36C24425L0016) is designed to evaluate contractor performance for a Veteran's Center leased space in Northeast Philadelphia, PA. It comprises two sections: Section A for the Offeror to provide contractor and project details, and Section B for assessors to rate performance across various criteria. Assessors evaluate quality of service, schedule adherence, customer satisfaction, management effectiveness, cost/financial management, and safety/security using a rating scale from Exceptional to Unsatisfactory. The questionnaire also includes a comment section for detailed explanations of ratings and a general section for overall assessment and rehire recommendation. This document ensures that the NCO4 Network Contracting Office in Pittsburgh, Pennsylvania, receives comprehensive past performance information to inform their proposal evaluations.
    This government file outlines the terms and conditions for Lease No. 36C24425L0016, specifically for the Northeast Philadelphia Vet Center. The lease, between a Lessor and the Department of Veterans Affairs (VA), covers 5,390 rentable square feet (4,791 ABOA square feet) for a term of 20 years (5 years firm, 15 years firm). Key provisions include detailed rent structures, with parking and maintenance included, and adjustments based on actual occupied space. The VA has termination rights after the firm term with 90 days' notice. The document incorporates numerous exhibits covering security requirements, solicitation provisions, general clauses, and various plans. It also specifies responsibilities for tenant improvements, construction standards, building shell requirements, and post-award activities, emphasizing compliance with codes and standards. The Lessor is responsible for all costs, labor, and permits, ensuring the space is ready for VA occupancy. Additionally, it addresses utility provisions, services, maintenance, and environmental considerations like asbestos, radon, and hazardous materials, ensuring a fully serviced, turnkey lease for the Government.
    The Department of Veterans Affairs (VA) is seeking to lease clinical space for a Vet Center in Northeast Philadelphia, as outlined in RFP No. 36C24425R0095. The leased space must accommodate personnel, furnishings, and equipment, with a focus on maximizing co-location of staff offices and group rooms. The file details extensive requirements across various areas, including space and room specifications, entrance and exterior features, waiting area, restrooms, reception area, offices, group rooms, breakroom, housekeeping, supply/storage rooms, and a dedicated telecommunications room. Critical elements include ADA compliance, specific electrical and data outlets, soundproofing, and comprehensive security measures such as an Electronic Physical Access Control System (ePACS), Video Surveillance System (VSS), Intrusion Detection System (IDS), and Duress Alarm. The telecommunications room has stringent specifications for infrastructure, cabling, power, and bonding. The document also specifies finishes for flooring, cabinets, countertops, doors, windows, and walls, emphasizing sound transmission class (STC) ratings. Additionally, it mandates a sound masking system and various interior and exterior signage, all to be coordinated and approved by the VA. The lessor is also responsible for providing cable television and business high-speed internet Wi-Fi, along with preventative and corrective maintenance for all systems.
    The document, Exhibit C (RLP NO. 36C24425R0095, LEASE NO. 36C24425L0016), outlines comprehensive security requirements for federal facilities, specifically detailing obligations for lessors and the government concerning Facility Security Level II (FSL II). The core purpose is to establish a robust security framework, integrating physical and cybersecurity measures. Key areas covered include site security (signage, landscaping, lighting, vehicle barriers), structural integrity (blast resistance for windows, facades, and the overall structure, protection of critical systems like air intakes and emergency generators), and facility entrance security (employee and visitor access control, door locks, and key management). The document also emphasizes interior security for sensitive and critical areas like pharmacies and telecom rooms, along with detailed criteria for security systems such as Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS), including monitoring, recording, and maintenance protocols. Finally, it addresses security operations, administration, and critical cybersecurity requirements for Building and Access Control Systems (BACS), prohibiting their connection to federal IT networks and mandating adherence to cybersecurity best practices and incident response procedures.
    The document, Exhibit D of RLP NO. 36C24425R0095 and LEASE NO. 36C24425L0016, outlines the solicitation provisions for the acquisition of leasehold interests in real property by the U.S. Government. It details instructions for offerors, including definitions of key terms like 'discussions,' 'proposal modification,' and 'proposal revision.' The document specifies procedures for submitting, modifying, revising, and withdrawing proposals, emphasizing requirements for timely submission and acceptable evidence for late submissions. It also addresses amendments to solicitations and the handling of proprietary data. Furthermore, it outlines conditions for lease awards, including the Government's right to reject proposals, waive irregularities, and conduct discussions with offerors. The document also includes provisions for the parties required to execute the lease based on their legal structure (individual, partnership, corporation, joint venture, or agent), procedures for serving protests, and conditions for submitting facsimile proposals. Crucially, it mandates registration in the System for Award Management (SAM) for all offerors at the time of award and details the implications of the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent and disclose any covered articles or sources prohibited by FASCSA orders.
    The Department of Veterans Affairs (VA) Provision Addendum introduces an alternative protest procedure for real property lease procurements (RLP NO. 36C24425R0095 and LEASE NO. 36C24425L0016), supplementing the GSA Template 3516/3516A. Interested parties can file protests by mail or electronically with the Executive Director, Office of Construction and Facilities Management (003C), at 425 I Street, NW, Washington, DC 20420, or via CFMORP@va.gov. However, this alternative protest will not be considered if the interested party has a protest on the same or similar issue(s) already pending with the Lease Contracting Officer. This provision, effective March 2024, streamlines the protest process for VA lease procurements, offering a clear channel for addressing grievances while preventing duplicate filings.
    This government file, GSA Template 3517B, outlines the general clauses for the acquisition of leasehold interests in real property, specifically for RLP NO. 36C24425R0095 and LEASE NO. 36C24425L0016. It details 56 clauses categorized under General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key provisions include definitions, subletting and assignment, lessor default conditions and remedies, government inspection rights, property maintenance, fire and casualty damage, compliance with applicable laws, payment terms (including prompt payment and electronic funds transfer), and various ethical and conduct requirements. The document also addresses price adjustments, audit procedures, dispute resolution, labor standards for veterans and individuals with disabilities, small business utilization, and extensive cybersecurity requirements concerning information systems, prohibited hardware/software (Kaspersky Lab, Huawei, ZTE, ByteDance), and supply chain security. Many clauses incorporate by reference relevant FAR and GSAR sections, with specific applicability thresholds noted for various clauses.
    The document acts as a placeholder or an error message within a government file, likely an RFP or grant document, indicating that the intended content (a PDF) could not be displayed. It advises the user to upgrade their Adobe Reader to the latest version or seek further assistance with Adobe Reader to view the document properly. The message also includes trademark information for Windows, Mac, and Linux, which are operating systems relevant to software compatibility. The primary purpose is to troubleshoot display issues for the user attempting to access the government file.
    The Lessor's Annual Cost Statement (GSA Form 1217) is a federal government document used in Requests for Lease Proposals (RLPs) to estimate the annual costs associated with leasing property to the government. It requires lessors to detail estimated annual costs for services and utilities (Section I) and ownership (Section II) for both the entire building and the government-leased area. Section I covers expenses such as cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous services, including salaries, supplies, and system maintenance. Section II focuses on ownership costs like real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes transparency and accuracy, requiring lessors to provide their best estimates or actual costs from the previous year. The information collected aids the General Services Administration (GSA) in determining the fair market value of leased space and ensuring rental charges are consistent with prevailing community rates.
    The GSA Form 12000, "Fire Protection and Life Safety Evaluation for an Office Building," is a crucial pre-lease document for federal government RFPs, specifically RLP NO. 36C24425R0095 and LEASE NO. 36C24425L0016. It mandates a two-part evaluation based on the proposed space's floor level. Part A, completed by the Offeror for spaces below the 6th floor, covers general building information and existing fire protection and life safety systems. Part B, required for spaces on or above the 6th floor, demands a detailed narrative report from a licensed fire protection engineer, including a building walk-through and review of maintenance records. Both parts emphasize compliance with local building and fire codes and NFPA 101 (Life Safety Code), with specific requirements for egress, fire escapes, interlocking stairs, sprinkler systems, fire alarms, exit signs, emergency lighting, and elevators. The form also outlines the validity period for Part B and the Offeror's responsibility to correct any deficiencies.
    The "Security Unit Price List (Level II)" (REV OCT 2024) for Lease Number 36C24425L0016 details security standards and associated pricing for readjustment counseling services in Northeast Philadelphia, PA. The document outlines various security requirements categorized by facility entrances/lobby, interior government space, sites/exterior of the building, security systems, structure, and operations/administration. Many items, such as employee access control, retail/mixed-use space accommodation, public restroom access, and identity verification, are "Priced in Shell," indicating they are included in the base lease cost. Specific security systems like video surveillance, intrusion detection, and duress alarms require Lessor-provided design and installation. The document also addresses structural security, building systems (e.g., emergency generator protection), and administrative aspects like the Facility Security Committee and cybersecurity. The overall structure emphasizes a comprehensive approach to security for government leased spaces.
    This government file, identified as RLP NO. 36C24425R0095 and LEASE NO. 36C24425L0016, is a General Decision Number PA20250003, effective July 4, 2025, for building construction projects in Philadelphia County, Pennsylvania. It outlines prevailing wage rates and fringe benefits for various labor classifications under the Davis-Bacon Act, excluding single-family homes and apartments up to four stories. The document specifies minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed). It also details classifications for workers such as Asbestos Workers, Boilermakers, Electricians, Ironworkers, Laborers, Painters, Plumbers, and Truck Drivers, along with their respective rates and fringe benefits. Additionally, it provides information on paid sick leave entitlements under Executive Order 13706 and the process for appealing wage determinations.
    The document, "EXHIBIT K CONTRACT SUBMITTAL SCHEDULE," details the required submissions for a federal lease agreement (RLP NO. 36C24425R0095, LEASE NO. 36C24425L0016). It is divided into two main sections: "RLP SUBMITTALS" and "LEASE SUBMITTALS." The RLP SUBMITTALS section outlines 31 items necessary during the proposal phase, including GSA forms (1364, 1217, 12000), proof of ownership, flood plain documentation, financial commitments, various narratives (space concept, building location, design concept, technical capability, time to occupy space, parking), site plans, legal descriptions, proof of status, telecommunication representations, signing authority proof, SAM registration, proper zoning, subcontracting plans, program management plans, emergency preparedness plans, past performance references, proposed milestone plans, energy star and LEED compliance, deviation statements, building security unit price lists, asbestos certifications, floor plans, and tenant improvement cost summaries. The LEASE SUBMITTALS section lists 18 items required after lease execution, such as building occupancy permits, HVAC balance reports, water testing reports, executed lease documents (GSA Form L100), firm commitment of funds, state licenses/certifications, reused building material plans, green lease submittals, MSDS sheets, DIDs, TI price proposals, construction schedules, as-built drawings, color boards for finishes, meter verification, a detailed schedule of periodic services within 60 days of occupancy, interior signage requirements, and a commissioning plan. This comprehensive schedule ensures compliance and proper documentation throughout the leasing process.
    The “Vet Center Internal Signage Guide” details mandatory signage specifications for VA facilities, aligning with the VA Signage Design Manual. The document outlines various sign types (A through I), their materials, dimensions, colors, and installation methods. Signage includes room identification (Type A), restrooms (Type B), exits (Type C), fire equipment (Type D), restricted access (Type E), informational vinyl stickers (Type F), and patient/family rights notices (Types G, H, I). Materials consistently feature raised acrylic and brushed metal with Helvetica text and Braille. Installation primarily uses double-sided foam tape, with specific mounting for fire equipment signs. The guide emphasizes lessor verification of sign types and locations with the VA Director at the design intent stage, ensuring ADA compliance and clear wayfinding for veterans and staff.
    The Vet Center Exterior Signage Guide, issued by the U.S. Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Readjustment Counseling Service (RCS), provides mandatory standards for all exterior signage related to the Vet Center brand. This guide serves as the official directive, requiring strict compliance with all specified design applications, logo colors, and local codes. The preferred signage application is channel letters on a raceway, with detailed specifications for color, material, and build. Secondary applications, used when the preferred method is not feasible, include lightbox and multi-tenant signs, single-tenant monument and pylon signs, restrictive tenant panel signs, and exterior posted panel signs. The guide also details requirements for door decal signage, including specific contact information and branding elements. All signage designs must receive prior VA approval before fabrication and installation, and any modifications require authorization from the Contracting Officer's Representative (COR). The document emphasizes clear visibility from main roads, adherence to local municipality codes, and outlines general requirements for installation, delivery, and vendor responsibilities, including repair of any damages incurred during installation.
    The document outlines the Tenant Improvements Cost Summary (TICS) for RFP 36C24425L0016, a federal government project for the VA in Northeast Philadelphia, PA. It provides a detailed breakdown of costs for both Tenant Improvements (TI) and Shell work, categorized by Masterformat CSI divisions (Div 1-14, 21-23, 26.1, 26.2, 27, 28.1, 28.2, 31-33). The form requires input for material and labor costs, including quantity, unit cost, total material cost, labor hours, labor rate, and total labor cost for each item. It also includes sections for General Contractor Fee, Architectural & Engineering Fees, Other Lessor Costs, and Lessor's Project Management Fee. The document defines 'Shell' conditions and 'Tenant Improvements' and provides instructions for filling out the form, emphasizing the inclusion of all subcontractors' costs. Additionally, it addresses Building Specific Amortized Capital (BSAC) for security-related improvements, noting that A/E and Lessor's Project Management Fees apply to both TI and BSAC costs.
    The VA Request for Lease Proposals (RLP) No. 36C24425R0095 in Northeast Philadelphia, PA, seeks proposals for a 20-year lease (5 firm, 15 soft) of 3,992-4,791 ABOA / 5,390 RSF / 3,992 NUSF contiguous space. Offers are due by September 18, 2025, 4:00 PM EST, via email. The RLP outlines detailed requirements for space, location, parking (20 dedicated spaces, 2 ADA), and amenities, emphasizing proximity to public transportation and a professional neighborhood. It includes comprehensive sections on eligibility (e.g., floodplains, asbestos, accessibility, fire safety, ENERGY STAR compliance, environmental considerations, historic preservation) and submission instructions. Proposals must be submitted in three volumes covering site details, conceptual layouts, team qualifications, past performance, and pricing using specified GSA forms. The lease will be fully serviced and turnkey, with rent covering all Lessor costs, including shell upgrades, tenant improvements, operating costs, and security upgrades, with specific pricing terms and requirements for financial commitments and legal documentation.
    Lifecycle
    Similar Opportunities
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    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.
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    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.
    Cleveland, WI VA CBOC New Replacing Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure 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 federal regulations for accessibility, fire safety, and energy efficiency. Proposals are due by December 11, 2025, at 3:00 PM CST, and interested parties are encouraged to participate in a virtual pre-proposal conference on December 2, 2025. For further inquiries, contact Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    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.
    X1DZ--36C24426R0022 | Burlington County CBOC Succeeding Lease |
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting market research to identify potential sources for leasing approximately 13,595 net usable square feet of medical office space in Marlton, Burlington County, New Jersey, intended for use as a Community Based Outpatient/Primary Care Clinic. The VA is exploring options to determine if relocating from the current facility would yield cost savings, with a lease term of 5 years firm and an additional 10 years non-firm. This opportunity is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), although all small businesses are encouraged to respond. Interested parties must submit a market research questionnaire, site and floor plans, proof of ownership, and a letter of engagement (if applicable) by December 8, 2025, at 3:00 PM EST to Brian C. Curtis, Lease Contract Specialist, at brian.curtis2@va.gov.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1DB--Santa Maria Lease
    Buyer not available
    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.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Buyer not available
    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.