X1AA--RLP Amendment to extend the due date and post pre-proposal conference information
ID: 36C24523R0083Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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 up to 11,373 square feet of modern office space for its VISN 5 Contract Satellite Office in Linthicum, Maryland. The space must adhere to stringent requirements, including accessibility, security, and energy efficiency standards, and house a large staff with diverse needs. The VA seeks a 20-year lease with a five-year firm commitment, emphasizing a detailed design approach, security enhancements, and competitive pricing. Offers are due by August 12th, 2024, with the VA encouraging timely submissions and strict adherence to the outlined requirements.

    The procurement process involves a comprehensive technical proposal and strict attention to detail, reflecting the VA's specific needs for a collaborative and secure office environment. Typically, the VA follows a hierarchical evaluation process, considering technical merit, past performance, and pricing. The chosen contractor will play a crucial role in creating a functional and aesthetically pleasing office space that prioritizes the VA's unique requirements.

    This opportunity includes several amendments, extending the response deadline and providing clarification. The VA has emphasized the importance of compliance with numerous clauses and guidelines, ensuring a thorough and competitive procurement process. The estimated annual value of the lease is approximately $XXX,XXX, with funding in place and interest in robust security solutions and a detailed design narrative.

    Contact Christopher Tate at christopher.tate2@va.gov or 304-263-0811 for more information.

    Point(s) of Contact
    Christopher TateContract Specialist
    (304) 263-0811
    christopher.tate2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Combined Synopsis/Solicitation Notice for the VISN 5 Office Replacement Lease. The primary objective is to procure office space for the Linthicum, Maryland area. This lease pertains to the VISN 5 Contract Satellite Office. The solicitation seeks a suitable commercial space that adheres to specific requirements. The lessor should provide a space plan and improve it as per the agency's requirements, with a focus on security and access control. The lease term is estimated at 60 months, with two possible five-year renewal options. The required office space must be located within a certain radius, offering approximately 12,000 - 14,400 usable square feet for VA staff and clients. The agency has detailed specific security requirements, technology infrastructure needs, and parking considerations. Vendors must also ensure accessibility and compliance with relevant building codes. Proposals are due by 4:00 PM Eastern Time on July 31, 2024, and the VA encourages interested parties to submit their offers timely. The evaluation of proposals will consider past performance, price, and technical merit, with the latter focusing on the suitability of the proposed office space. Interested vendors must carefully review the attached documents for further details and instructions. This procurement process is expected to move swiftly, and any clarifications or questions must be submitted by a specified deadline.
    The Department of Veterans Affairs issues an amendment extending the response date for Solicitation 36C24523R0083. The primary goal of this procurement remains the acquisition of construction services for various projects at the Department's medical centers. Applicants are required to attend a pre-proposal conference, with the new response deadline set for August 6th, 2024, in the afternoon. Interested parties should carefully review the amended solicitation documents, which include updated information on the pre-proposal conference and are essential for submitting responsive bids. The Department encourages potential contractors to closely examine the amended solicitation, focusing on the revised response date and conference attendance requirement.
    The Department of Veterans Affairs issues an amendment extending the due date of its Request for Lease Proposal (RLP) to August 6th, 2024. The RLP seeks proposals for a Contract Satellite Office space in Martinsburg, WV, and prospective offerors are invited to attend an optional pre-proposal conference. This meeting, scheduled for July 30th, aims to clarify the solicitation's requirements and address general inquiries. Written questions regarding the RLP must be submitted by the same date. The VA emphasizes that only official written amendments can modify the terms of the RLP, which remains in effect despite this amendment. This document primarily focuses on extending the response deadline and organizing a meeting to clarify the procurement process.
    The Department of Veterans Affairs issues an amendment to a previous combined solicitation. The focus is on extending the response date to 08-12-2024 at 4:00 PM Eastern Time. It also provides information about a pre-proposal conference and references attachments with further details. The solicitation aims to procure services for the VA-Linthicum Office, likely related to construction or facility management, as indicated by the mentioned NAICS code 531120 for "Office Administrative Services." Prospective vendors should review the attached documents for a full understanding of the extended solicitation's requirements and submit their responses accordingly.
    The Department of Veterans Affairs issues an amendment to a Request for Lease Proposal (RLP). The primary objective is to extend the proposal submission deadline to August 12, 2024, and clarify several points. The RLP seeks a turnkey lease solution for a fully funded project, including furniture and fixtures. The VA requires a comprehensive design narrative detailing the space layout, incorporating FF&E, cabling, and special equipment. It's emphasized that Davis Bacon prevails for construction-related work. Offerers should carefully review the RLP, especially sections related to design narratives and modified lease provisions. The VA encourages queries and will post answers online. Funding is confirmed, and the VA reserves the right to award the most advantageous offer. This amendment emphasizes the importance of a detailed design approach and provides clarity on contract requirements. Proposals are now due by the extended deadline, allowing potential leaseholders additional time to craft robust responses.
    The procurement objective of this RFP is to acquire a long-term lease for office space, encompassing approximately XX rentable square feet (RSF) yielding XX net usable square feet (NUSF) for the Department of Veterans Affairs. The space is to be located on XX floors, with rights to use appurtenant areas such as parking spaces and telecommunications equipment installation spaces. The lease term is proposed at 20 years, with the first 5 years being firm and the remaining 15 being non-firm. The government seeks a fully functional and occupied space, with the lessor responsible for delivering it post-construction. The lessor must also provide all necessary services and maintenance during the lease term. The requested space should adhere to stringent construction and design standards outlined in the RFP, including labor standards, fire safety measures, and accessibility requirements. Additionally, the lessor is expected to perform additional building improvements, such as installing _______________, as part of the shell rent. Critical dates include the anticipated lease commencement, substantial completion, and acceptance deadlines, with the lessor aiming to deliver the space ready for government occupancy within a specified timeframe. The estimated value of the lease is approximately $XXX,XXX annually, with rental payments to be made monthly in arrears. Evaluation of proposals will consider factors such as the offered rent, lessor's capability, and past performance.
    The procurement objective of this RFP involves enhancing the security features of a federal facility, specifically aligning with Facility Security Level I (FSL I) requirements. The focus is on implementing robust physical security measures and advanced cybersecurity protocols. For physical security, the goal is to mitigate potential threats by ensuring the facility's exterior and interior spaces are well-secured. This includes strengthening access control, adding signage, and improving surveillance capabilities. Measures such as blast resistance and progressive collapse protection are also specified for building structure integrity. The RFP also emphasizes cybersecurity measures, aiming to safeguard critical building access and control systems (BACS). Lessors are prohibited from connecting these systems to federal IT networks. Instead, they should follow DHS and NIST guidelines for cybersecurity framework, configuration management, and regular patching. The scope of work for vendors encompasses designing, installing, and maintaining advanced security systems, including video surveillance, intrusion detection, and access control. They must also adhere to strict guidelines for system integrity, testing, and maintenance, ensuring prompt replacements for inoperable components. Additionally, vendors are responsible for developing comprehensive security plans, including risk assessments, and constructing security features that align with the Design-Basis Threat (DBT) guidelines. Contract details are not explicitly mentioned, but the RFP hints at a potential long-term lease, with the lessor responsible for fulfilling stringent security requirements. Regarding key dates, lessors must submit their proposals, including detailed security plans, by a specified deadline. After review, the selected lessor will work closely with the VA during the post-award phase, likely involving regular security assessments and approvals. The evaluation of proposals will likely prioritize security expertise, with particular attention to the ability to implement robust security measures and adhere to strict federal guidelines. Cost-effectiveness and efficient implementation timelines are also likely to be key evaluation criteria. In summary, the RFP seeks a competent security solutions provider to transform a federal facility into a robustly secured premises, adhering to stringent FSL I protocols, both physically and digitally. The extensive security requirements outline a comprehensive scope of work, focusing on access control, surveillance, and cybersecurity, which the successful bidder will need to deliver and maintain.
    The primary objective of this government solicitation is to acquire leasehold interests in real property. The agency seeks to enter into a lease for a property that is partially or entirely located within a 100-year floodplain, provided there are no practicable alternatives. The solicitation outlines definitions, submission guidelines, and evaluation criteria for potential offerors. Offerors must be registered in the System for Award Management (SAM) and provide the required information, including a unique entity identifier. The agency emphasizes the need for timely submissions and acknowledges different submission methods, including electronic commerce and facsimile transmissions. Discussions and negotiations may occur post-submission. The lease will be awarded based on a best value assessment, and the government reserves the right to reject proposals for various reasons, including lack of balance in pricing or failure to meet requirements. Key dates and timelines are not provided in this file, indicating that they may be provided separately or at a later stage. This solicitation provisions also address complaint procedures and equal opportunity compliance. Overall, the solicitation aims to acquire a leased property under specific conditions while ensuring compliance and transparency in the procurement process.
    The government seeks to lease office or commercial space for its operations. This RFP outlines the general clauses and requirements that prospective lessors must adhere to. The space should be delivered as a complete unit, ready for occupancy, with the government having the option to inspect and approve it before acceptance. The lessor is responsible for maintaining the property and ensuring it complies with applicable laws and safety standards. Rent is paid in arrears, with interest penalties for late payments. The government can assign the lease or sublet the premises, and has rights to make alterations. Key clauses cover default, excusable delays, fire and casualty damage, compliance with laws, and record-keeping requirements. The lessor warrants against contingent fees and kickbacks, and must abide by equal opportunity and labor standards. Incorporation of various FAR and GSAR clauses addresses issues like subcontracting, cybersecurity, and personal identity verification. Critical dates and evaluation criteria are not explicitly mentioned in this file. However, the procurement's primary focus is on securing an appropriate physical space for government operations, with associated requirements and constraints.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software such as Adobe Reader, presumably required to properly access and view the full document and its intended content. The focus seems to be on ensuring the viewer has the necessary software capabilities and providing an upgrade path, rather than explicitly detailing any procurement objectives. Based on this information, it's difficult to extract specific procurement details or objectives.
    The procurement objective of this government agency is to acquire leasing services for a new property. The focus is on determining the annual costs associated with various services and utilities included as part of the rental consideration. The agency seeks to occupy a portion of the building, and the request for lease proposals (RLP) outlines the required services. These include cleaning, maintenance, and repairs, as well as utilities like heating, electrical, and plumbing. The agency emphasizes the need for accurate cost estimates for both the entire building and the government-leased area. Section I of the RLP requires the lessor to provide detailed cost information for services and utilities, while Section II focuses on ownership costs excluding capital charges. The agency seeks to understand the costs associated with real estate taxes, insurance, and building maintenance. This information is crucial to assess the fairness of the lease charges and the financial implications of the potential agreement. Key dates include the preparation and submission of cost statements, with a particular focus on completing the process by the expiration date mentioned (1/31/2026). The evaluation of proposals will likely prioritize accurate and detailed cost estimates, demonstrating a thorough understanding of the required services and the associated expenses.
    The General Services Administration (GSA) seeks detailed information about potential office spaces in a multi-floor building. This prelease evaluation focuses on fire protection and life safety systems. Offerors must complete Part A for spaces below the 6th floor, while a professional engineer must complete Part B for spaces on or above the 6th floor. Part A covers general building information, fire sprinkler and alarm systems, exit signs and lighting, and elevators. It aims to gather data on building compliance with fire codes, emergency features, and system maintenance. Part B requires a detailed narrative report assessing the entire building, with specific attention to upper floors. This report must address occupancy classifications, building construction, vertical openings, means of egress, fire suppression systems, fire alarms, and elevators. The GSA seeks to ensure the safety and compliance of potential office spaces, with strict requirements for the submission of evaluations. These forms and guidelines assist in streamlining the process.
    The government agency seeks to procure a comprehensive range of construction and renovation services, categorized into several divisions, for a general use building. The objective is to transform a shell space into a finished, usable environment. Division 9, Finishes, specifically requires painting services, carpeting, flooring work, and wall protection installation. The focus is on tenant improvements, aiming to create an aesthetically pleasing and functional interior space. This comprehensive project has detailed specifications and requirements outlined in the file, including specific quantities and costs for materials like paint and labor rates for different tasks. Each division has a corresponding scope of work and estimated costs, which potential vendors must consider. The evaluation of proposals will likely focus on the cost-effectiveness and quality of the offered services, with attention to the specific requirements mentioned. Key dates and submission deadlines are not explicitly mentioned in the files, and the contract details are indirect, referring to various fees and percentages without firm values. However, the files do emphasize the importance of completing the project within the specified budget and meeting lease agreement requirements.
    The government seeks to procure construction services for building projects in Anne Arundel County, Maryland, with a focus on specifying prevailing wage rates for various classifications of workers. These rates, which must be paid by contractors, are divided into categories such as insulators, stone finishers, electricians, ironworkers, and laborers, each with its hourly rate and fringe benefits. The document also provides guidelines for wage appeals processes, emphasizing the enforcement of prevailing wage laws under the Davis-Bacon Act. The primary objective is to ensure compliance with wage regulations and provide a clear framework for construction contracts in the specified region.
    The government seeks to procure approximately 11,373 square feet of office space for a new VISN 5 office. This space is required for a large team of staff, including the Network Director, Chief Medical Staff, Quality Management Staff, Chief Nursing Staff, and Deputy Network Director, each with their offices, executive officers, and program assistants. The office area should be divided into single and shared spaces, with a focus on collaboration. There are also requirements for various conference rooms, team areas, a computer lab, and common spaces like a waiting area, breakroom, and staff restroom. The space must adhere to specific square footage quantities and will be evaluated based on usability, efficiency, and compliance with stated requirements. Key dates and contract details are not provided in the information shared, but it does mention a target of 6,480 net usable square feet.
    The government seeks to procure telecommunications and video surveillance services or equipment without any connections to entities that provide "covered telecommunications equipment or services." The focus is on ensuring compliance with the John S. McCain National Defense Authorization Act. Offerors must provide representations and disclosures about the origin and capabilities of their equipment and services, especially regarding potential security risks. The goal is to safeguard sensitive information by preventing the use of certain telecommunications equipment or services deemed unsafe. Eligible suppliers must complete the required representations form, signing it and returning it along with any necessary additional disclosure information.
    The government seeks to procure comprehensive security enhancements for a facility, outlined in a lease agreement. The focus is on access control, screening, and securing critical areas within the facility's entrances, lobbies, and common spaces. The Lessor is required to provide detailed unit price estimates for various security countermeasures, encompassing identity verification, key control programs, and restrictive access measures. Signage, landscaping, and security systems such as video surveillance and intrusion detection are also included. Some items are designated as "Shell" or "Tenant Improvements," indicating that their costs should be excluded from this particular price list. The facility's structural enhancements relate to window security and protecting building systems, with further emphasis on cybersecurity requirements. The procurement seeks a full design, installation, and maintenance package for these security measures, with some aspects being government-provided. The actual costs will be determined post-award, allowing for further negotiation. This information is current as of the June 2022 revision.
    The government seeks to procure a range of documents and information pertaining to real estate leasing. This comprehensive checklist outlines the requirements for offerors to submit various forms and reports. The focus is on ensuring compliance with legal, technical, and safety standards. Key submissions include asbestos management plans, disclosure of hazardous conditions, and historical property documentation. Forms related to leasing and ownership authorization are also emphasized. While some areas are customizable, offerors must adhere to the authoritative details outlined in the accompanying Request for Leasing Proposals (RLP). This procurement aims to gather the necessary information for the government to make informed decisions regarding potential leasing opportunities, with an emphasis on thorough due diligence.
    The U.S. General Services Administration (GSA) issues a Request for Lease Proposals (RLP) seeking up to 11,373 rentable square feet of modern office space for the Department of Veterans Affairs (VA). The space must be located within a specific area in Linthicum, Maryland, and accessible from multiple directions. It must accommodate 40 exclusive parking spaces with appropriate security and lighting. The VA requires a contiguous space of up to two floors with an emphasis on collaboration and privacy. The lessor is responsible for designing and furnishing the space based on VA requirements. The RLP seeks a fully serviced lease with a 20-year term, including a five-year firm period, at a competitive price. Offerors must demonstrate compliance with accessibility, fire safety, and energy efficiency standards. They must also provide environmental due diligence reports and commit to addressing any recognized environmental conditions. The VA will give preference to historic properties, applying a hierarchy of considerations. Offers are due by July 31, 2024, and should include a technical proposal, past performance information, pricing details, and supporting documents. The latter includes evidence of financing, zoning compliance, and ownership or control of the proposed property. The VA seeks to award a lease that complies with budget scorekeeping guidelines and encourages offerors to submit their proposals electronically.
    The U.S. General Services Administration (GSA) issues a Request for Lease Proposals (RLP) seeking up to 11,373 rentable square feet of modern office space for the Department of Veterans Affairs (VA). The space must be located within a specific area in Linthicum, Maryland, and accessible from nearby highways. It must be a contiguous, two-floor space with elevator access, designed for collaboration and acoustic privacy. The building should have amenities like handicap accessibility, secure entrances, and compliance with fire safety and energy efficiency standards. The VA requires 40 exclusive parking spaces, and the lessor may need to provide roof space for antennas. The lease term is proposed at 20 years, with a five-year firm commitment and government termination rights. The VA aims to move into the space by October 2025. Offerors must submit detailed proposals, including technical capabilities, past performance, pricing, and supporting documents, by the deadline on August 6, 2024. Pricing information must be comprehensive, covering rent, tenant improvements, and additional costs. To be eligible for award, the offered space must adhere to strict accessibility, environmental, and historic preservation requirements. The VA will evaluate proposals based on specified criteria, with a focus on efficient layout, security, and cost-effectiveness.
    The Department of Veterans Affairs (VA) seeks up to 8,425 square feet of office space in Linthicum, Maryland, for a 20-year lease term. The space should be configured on no more than two contiguous floors with a minimum of 40 exclusive parking spaces for the VA. Offerors are required to finance the project and ensure compliance with numerous building codes, standards, and VA guidelines. The proposed site must adhere to stringent security requirements and provide conceptual plans in both CAD and PDF formats. The VA emphasizes the importance of site due diligence and expects bidders to account for off-site improvements and local regulations. The procurement process involves a three-volume technical proposal, with Volume III dedicated to pricing. Submission deadlines are strictly enforced, with offers due on August 6th, 2024. The VA reserves the right to establish a competitive range and conduct negotiations with select bidders. Evaluation criteria include a combination of technical merit and net present value pricing. Interested parties must demonstrate capacity and experience by submitting detailed financial information and signed documents from authorized signatories. The VA encourages attendees to review the entire Request for Lease Proposals (RLP) document and stresses the importance of adhering to all requirements, as offers that do not comply may be rejected. Key dates, such as the virtual pre-bid conference, are also highlighted, with all communications subject to recording.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DB--Oakland, CA Community Based Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs seeks a long-term lease for a Community Based Outpatient Clinic in Oakland, CA, through a combined synopsis and solicitation notice. The VA requires a 20,000 - 22,000 square foot space for clinical and administrative use, located within a specific radius of its current site. With a desired lease commencement date of May 1, 2025, and a firm-fixed-price contract, this project has an estimated value of $14 million. Offerors must submit proposals by the deadline to help the VA meet its objectives.
    Houston West Vet Center
    Active
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking expressions of interest for leasing approximately 4,536 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet of space, along with 30 parking spaces, for the Houston West Vet Center in Houston, Texas. The lease term is anticipated to be 20 years, with a firm commitment of 15 years, and the space must be located within a defined area in Houston, meeting specific requirements such as being on a single contiguous floor, not situated in flood plain zones, and adhering to safety and accessibility standards. This initiative underscores the VA's commitment to providing adequate facilities to support services for veterans, with a strong encouragement for participation from Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit detailed proposals by September 10, 2024, and can direct inquiries to Hunter Powell at hpowell@ppwashdc.com or Jeffrey Finley at jeffrey.finley@va.gov.
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. This initiative is critical for enhancing the accessibility and quality of care for veterans, ensuring that the facility meets specific aesthetic and structural standards, including security and seismic compliance. Interested parties must submit their proposals by September 4, 2024, and can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further information.
    X1DZ--Lease Relocation Northeast Philadelphia (Olney) Vet Center 219 (VA-25-00000072)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for the lease relocation of the Northeast Philadelphia (Olney) Vet Center, seeking approximately 3,993 ANSI/BOMA Square Feet of suitable real property space. The ideal location must be contiguous, outside the 100-year flood plain, and preferably on the first floor, with specific requirements for dedicated parking, accessibility, and proximity to public transportation. This opportunity is crucial for establishing a facility that meets the needs of veterans, and interested parties are encouraged to submit expressions of interest, including detailed information about available space and business qualifications, to the Lease Contracting Officer, Joel Garceau, at Joel.Garceau@va.gov by the specified deadline. The government will not incur any costs associated with this notice, and there is no solicitation at this time.
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the ability to accommodate future expansion. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the clinic operates within a modern, efficient environment that adheres to federal regulations. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Temecula, California, requiring a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) of medical space. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This initiative is crucial for providing readjustment counseling services to veterans and their families, ensuring a safe and accessible environment. Interested offerors must submit proposals by September 30, 2024, and can contact Contract Specialist Juan Razo at juan.razo@va.gov or Christy Snider at christy.snider@va.gov for further details.
    X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range between 4,644 to 4,876 rentable square feet and be suitable for personnel, furnishings, and equipment, ensuring maximum co-location of staff providing services to veterans. This procurement is critical for enhancing the accessibility and quality of care provided to veterans, necessitating a professional and aesthetically pleasing environment that complies with various safety and security standards. Interested lessors must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or by phone at 256-403-9563.