X1DB--San Diego Research and Development Space Lease
ID: 36C10F24R0063Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 20, 2025, 8:00 PM UTC
Description

The U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for a lease of approximately 44,000 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA), yielding about 52,800 Rentable Square Feet (RSF) for a Research & Development Facility in San Diego, California. The VA requires contiguous space on no more than two floors, parking for 100 vehicles, and compliance with zoning and floodplain regulations, as well as proximity to essential amenities. This initiative is part of the VA's broader effort to enhance facility infrastructure to better serve Veterans. Interested parties must submit their EOIs by 4:00 p.m. Eastern Time on August 26, 2024, with a market survey date set for September 12, 2024. For further inquiries, contact Shane Poppen at spoppen@savills.us or 202-382-2733.

Point(s) of Contact
Brad RutherVeterans Commercial Real Estate
(513) 722-6552
BRUTHER@VCRE.us
Files
Title
Posted
Apr 22, 2025, 5:09 PM UTC
The Department of Veterans Affairs (VA) is seeking lease proposals for approximately 44,000 ANSI/BOMA ABOA square feet of office space in San Diego, CA, under Request for Lease Proposals (RLP) No. 36C10F24R0063. The offers must be submitted by 4:00 PM EDT on May 20, 2025, with a pre-bid conference scheduled on April 2, 2025. Key requirements include a modern building with specific features such as secure parking, compatibility with VA's intended use, and adherence to accessibility and environmental standards. Proposals should include pricing for two lease term scenarios: 15 and 20 years. Compliance with security, energy efficiency (including an ENERGY STAR® certification), and potential historical considerations are emphasized. The Government intends to award the lease based on initial offers without discussion unless necessary. The solicitation outlines various requirements and eligibility criteria to ensure conformity with VA's operational standards and federal regulations. This process reflects the VA's commitment to providing suitable facilities while adhering to the highest standards of safety and environmental responsibility.
Apr 22, 2025, 5:09 PM UTC
This document is a lease agreement template (GSA TEMPLATE L100 for VA) specifically designed for the Department of Veterans Affairs (VA). It outlines the terms under which the government leases property from a private lessor. Key components include information about the premises to be leased, rental rates, and conditions for tenant improvements. The lease term begins upon acceptance and continues for a specified duration, with renewal and termination rights. It mandates that the lessor pays real estate commissions related to the lease transaction and describes how rent will be adjusted based on operating costs and real estate taxes. The document also incorporates various appendices detailing requirements for design, construction, and maintenance to ensure compliance with government standards. Overall, the lease template serves as a structured framework for facilitating property leasing for VA, ensuring clarity in financial obligations, and detailing responsibilities for both the lessor and the government. It emphasizes the need for compliance with regulations and established guidelines throughout the leasing process, from acquisition to occupancy and maintenance. The comprehensive nature of this template aims to protect the interests of both the government and the lessor while ensuring that all statutory and operational obligations are met.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Agency Specific Requirements (ASR) for a Research and Development Facility project in San Diego, CA, under RLP No. 36C10F24R0063. It includes an index of various appendices detailing program design, lease specifications, janitorial services, and security requirements for related information transport systems. The project emphasizes adherence to VA standards in designing functional spaces, such as a conceptual floor plan and an adjacency matrix for efficient use of the facility. Key components like the Project Room Contents List and Lease Design Narrative dictate the expectations for infrastructure and operational workflows. Overall, the document serves as a comprehensive guideline for potential contractors responding to the Request for Proposal (RFP), ensuring compliance with federal and local mandates throughout the development process.
The "San Diego Research R&D Space Program" document outlines the design and space requirements for a new research and development facility at the San Diego Healthcare System, projected for construction in 2024. It details the spatial allocation for various functional areas within the R&D department, including reception, laboratory space, support areas, and specialized biomedical laboratory units. Key areas of focus include dedicated research laboratories, conference rooms, staff workstations, and support facilities like break rooms and equipment storage. The document lists room codes, unit areas, net areas, and gross areas, providing a comprehensive blueprint for the facility’s layout, emphasizing a total of 215 rooms with a net area of 31,040 square feet and a gross area of 40,352 square feet. The report is critical for ensuring compliance with zoning and safety regulations in federal grant applications and RFPs, advising on the optimal design for collaborative and innovative research efforts. This document reflects the government’s commitment to enhancing research capabilities and resource allocation within healthcare services in San Diego.
The San Diego Research HCS is establishing a Research and Development (R&D) Space Program scheduled for 2024, with key modifications projected for 2025. This initiative, articulated by Linda Chan in 2022 and revised by James Flanders in October 2024, delineates detailed specifications for various functional areas within the R&D sector, including equipment installations and room allocations. The document includes extensive inventories of individual room contents, specifying items such as copy alcoves, breakrooms, laboratories, and treatment areas, along with the associated equipment and furnishings designed to fulfill research and operational requirements. Notable items include telecommunication systems, storage solutions, and hygiene dispensers, all tailored to support the operational needs of staff and enhance functional efficiency. The inventory also emphasizes compliance with safety and accessibility standards for both staff and facility operations. This program exemplifies investment in R&D capabilities, positioning the facility to meet advancing scientific research demands while ensuring a conducive and regulated working environment.
Apr 22, 2025, 5:09 PM UTC
The VA San Diego R&D Facility Leased R&D Design Narrative outlines design and construction standards for a federal research and development facility, focusing on performance-based guidelines compliant with VA and GSA requirements. The document encompasses various sections, including general requirements, planning and design criteria, and a technical narrative detailing architectural, mechanical, electrical, and plumbing specifications. Key components include strict compliance with applicable codes such as the National Fire Protection Association standards and the International Building Codes. Architectural specifications emphasize functional layouts, security, and HVAC systems, while the plumbing and electrical sections detail requirements for specialized equipment, safety systems, and emergency power configurations. This narrative serves as a comprehensive guide for contractors responding to federal RFPs, ensuring adherence to established standards for R&D facilities, thus facilitating the development of a safe, efficient environment aligned with VA priorities. By consolidating performance standards and contextual requirements, it aims to support the objectives of the Veterans Affairs initiatives in research and development, ultimately enhancing service delivery for the veteran community.
The document outlines specifications for the Information Transport Systems in Community Based Outpatient Clinics (CBOC) under the Department of Veterans Affairs. It presents a comprehensive design approach for telecommunications infrastructure including detailed requirements for telecommunications rooms, equipment racks, and server cabinets. Key elements focus on the installation of Category 6A cabling, communication cabinets, power distribution units (PDUs), and the management of electrical and networking equipment to ensure optimal data operations. The document emphasizes redundancy in power supply, proper cooling systems, space considerations, and the standards for workplace outlets, which are critical for supporting healthcare technology. The structured layout includes drawings and specifications to guide installation, highlighting essential compliance with technical and safety regulations while reaffirming the VA's commitment to modernizing its facilities and improving veteran health services through enhanced data management systems.
The VA Security Requirements document outlines the security protocols for facilities categorized under Facility Security Level II (FSL II). These requirements encompass site security criteria, structural security measures, and advanced security systems. Key elements include identifying federal facilities, restricting access to critical areas, maintaining proper site lighting, and the installation of video surveillance systems (VSS) and intrusion detection systems (IDS). The document specifies that landscaping must minimize concealment, stringent controls on parking, and the necessity for barriers to prevent vehicular penetration. Additionally, blast resistance measures for windows and building structures are mandated, ensuring secured emergency exits and controlled access to sensitive areas within the facility. The requirements also address cybersecurity protocols to safeguard building systems from external threats, focusing on encryption and monitoring practices. Overall, these security standards aim to protect government facilities, staff, and visitors effectively, reflecting the government's commitment to safety and risk management. Compliance with these guidelines is essential, as they directly relate to government RFPs and grants concerning facility management and safety assurance.
This document outlines the proposed layout and design process for a Biomedical Laboratory and Veterinary Medical Unit (VMU) at the San Diego VA Medical Center. The layout emphasizes preferred adjacency relationships among various operational areas such as research and development (R&D), treatment facilities, staff support, and service areas. It highlights the importance of interior space planning and the compliance requirements in the L100, LDN, and ASR appendices. Key facilities include a reception area, multiple research and treatment rooms, general and specialized storage spaces, and essential support areas like staff break rooms and restrooms. Additionally, there are specific rooms designated for hazardous waste management and animal quarantine. The design is indicative of rigorous operational functionality while ensuring employee and animal safety, complying with relevant federal and state regulations. Overall, this document serves as a foundational resource in articulating the scope of design and operational needs integral to the successful execution of R&D and veterinary services within the facility.
The document outlines the adjacency matrix for the San Diego R&D Center's various departments, assessing their proximity and the need for communication among them. It categorizes adjacency into five levels: Very Strong (1), Strong (2), Moderate (3), Weak (4), and Separation Required (X), indicating the nature of interaction expected within and between areas. Key areas include the R&D Reception, BLR&D Service Research Areas, VMU Treatment and Surgery Areas, and OIT Area, with ratings reflecting how closely departments can collaborate. For instance, the R&D Reception Area has strong adjacencies with several areas, while others like the VMU sections show weaker interconnections. A security measure is noted with a requirement for a guard at the front entrance, highlighting security protocols in place. This matrix serves as an important planning tool to ensure efficient operational layouts and effective communication channels in relation to government RFP considerations for facility development or modification projects. Overall, the document supports the strategic organization of spaces to enhance functionality in a research environment while maintaining safety and security standards.
The document outlines the contractual requirements for janitorial and site management services at the VA San Diego Research and Development Facility. The Lessor is responsible for providing all necessary cleaning supplies, equipment, and labor, ensuring that environmentally friendly and biodegradable products are used. The cleaning services must comply with NIH standards, VA guidelines, and applicable regulations, emphasizing the need for safety and proper infection control in research environments. Janitorial staff must be properly vetted, supervised, and trained in safety procedures, with stricter access rules for certain sensitive areas. The schedule stipulates work primarily Monday through Friday, with specific time allowances for certain activities, particularly nighttime cleaning. Daily, weekly, monthly, and annual cleaning tasks are detailed, encompassing everything from trash removal to floor maintenance and equipment upkeep. The document's purpose within the context of government RFPs is to solicit qualified vendors who can meet the specific custodial needs of a federal facility while adhering to environmental and safety standards. This ensures a sanitary environment conducive to research, maintaining compliance while managing waste correctly and using appropriate cleaning products.
The Offering Entity Acknowledgement Form pertains to RLP No. 36C10F24R0063, a federal request for proposals associated with an R&D facility in San Diego, CA. This form requires potential offerors to provide essential information, such as entity details, authorized official contacts, and status certifications. Specifically, it inquires about the entity's size status (e.g., Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Small Business) and asks if the entity is certified in the System for Award Management (SAM) under NAICS code 531120 and verified under VetCert. The form emphasizes the importance of accuracy, with potential non-compliance resulting in a non-responsive proposal. It facilitates the evaluation of offers based on the completeness of submission. By mandating certain certifications and verifications, the document underscores the federal government’s commitment to supporting small and veteran-owned businesses in procurement processes, ensuring that qualified entities can compete for federal grants and contracts. Overall, the form is a critical component in the solicitation process, set to streamline evaluations and uphold compliance with federal standards.
The Offeror Proposal Compliance Matrix for RLP No. 36C10F24R0063 pertains to the submission process for a Research and Development facility in San Diego, CA. It outlines the necessary compliance items that offerors must address across various proposal volumes, including technical, price, environmental, and additional financial submittals. Each section lists specific requirements and provides a checkbox for compliance verification, alongside references to relevant lease proposal guidelines (RLP). Key topics encompass site location evidence, building quality assurance, detailed project delivery schedules, and socio-economic status among others. The matrix also mandates the submission of necessary forms, financial capability evidence, environmental assessments, and documentation of compliance with local regulations and ownership verification. The structured format guides offerors in preparing their proposals accurately while ensuring adherence to federal standards, thereby fostering a transparent evaluation process for the project. This comprehensive compliance framework illustrates the government’s commitment to rigorous procurement practices for public facilities.
The Offeror Proposal Compliance Matrix for RLP No. 36C10F24R0063 outlines the requirements for submissions related to a Research and Development Facility in San Diego, CA. Offerors must ensure comprehensive compliance across four volumes: Technical Proposal, Price Proposal, Environmental, and Additional Submittals & Financial Capability. Each volume has specific requirements and references to the Request for Lease Proposals (RLP) that must be addressed with supporting documentation, including site maps, environmental assessments, project management plans, and financial statements. Essential technical factors such as location, building compliance, delivery schedules, past performance, and socio-economic status are evaluated. Attachments also include necessary forms and regulatory compliance evidence. The matrix serves as a systematic checklist for offerors to evaluate their submissions before formal proposals, ensuring all areas of compliance are addressed, which is crucial for the government procurement process. This structured approach facilitates a standardized review aligned with federal grant and RFP processes, ultimately supporting informed decision-making by the contracting authorities.
The document appears to require a detailed examination related to government RFPs (Requests for Proposals), federal grants, and state or local RFPs; however, the contents have not been provided for analysis as it currently only suggests an inability to display the document. Assuming the context, such files typically initiate solicitations for funding, projects, or services within government parameters, focusing on various sectors including infrastructure, environmental assessments, and healthcare upgrades. Key elements would likely include eligibility criteria for applicants, project specifications, submission deadlines, evaluation processes, and compliance with federal or state regulations. The structure of such RFPs generally comprises an introduction outlining objectives, detailed scope of work, budgetary constraints, and a summary of the proposal submission process. Summarization of the actual content would rely significantly on the specifics which remain absent, necessitating potential access to the complete text for accurate reflection of its purpose and critical factors.
Apr 22, 2025, 5:09 PM UTC
This document outlines the requirements for offerors responding to the Department of Veterans Affairs' Request for Proposals (RFP) related to a San Diego, CA research and development facility. Specifically, it pertains to RLP No. 36C10F24R0063 and includes instructions for completing Attachment No. 1 to GSA Form 1364. Key points highlight the importance of accurate information that correlates with Form 1364, including the inclusion of tenant improvement (TI) amortization rates and annual rental rates that consider any free rent offered. Offerors must ensure clarity in their submissions and present data in both PDF and Excel formats. The document also emphasizes a caution against improperly linking workbooks or transferring data from one spreadsheet to another. Key financial considerations like shell rent, operating costs, and annual full-service rent calculations are specified, where year-by-year values are expected despite several placeholders indicating missing or incomplete data. This document serves to guide potential contractors on how to present their financial proposals accurately for federal evaluation, thereby supporting the Department’s ongoing efforts in improving veteran services and facilities.
Apr 22, 2025, 5:09 PM UTC
The Lessor's Annual Cost Statement, governed by the General Services Administration (GSA), is a document used to assess the annual costs associated with leased buildings. It encompasses two key sections: estimated annual costs for services and utilities provided by the lessor as part of rental agreements, and costs of ownership that exclude capital charges. The document requires lessors to outline their costs for various services such as cleaning, heating, electrical, plumbing, and maintenance across both the entire building and the government-leased area. Specific items outlined include salaries, supplies, contract services, and utilities, which are necessary for the government to determine fair market valuations. The form also mandates certification from the lessor regarding the accuracy of the reported estimates. The information collected serves as a necessary criterion for GSA’s leasing decisions in accordance with prevailing rental rates in the community. Ultimately, the document emphasizes the need for comprehensive cost disclosure from property owners to facilitate accurate financial assessments for government leases.
Apr 22, 2025, 5:09 PM UTC
The VA-FSC Vendor File Request Form (VA Form 10091) is designed to collect essential payment information from vendors—including commercial entities, individuals, and veterans—to establish or update their records for processing electronic payments under federal regulations (31 CFR Part 208). The form requires completion by an "Authorized Representative" and is structured into four main sections: 1. **VA Facility Information** – Details about the submitting VA Station, including station number, contact information, and vendor types. 2. **Payee/Vendor Information** – Essential details for new and existing vendors, including registration status with SAM, Unique Entity Identifier (UEI), banking information, and tax identifiers. 3. **EFT/ACH** – Requirements to ensure proper electronic payment setup, such as bank name and account details. 4. **Authorized Representative Certification** – A declaration confirming the accuracy of the submitted information, highlighting the legal implications of false statements. The document is critical for ensuring accurate payment processing and compliance with federal standards for electronic transactions. By completing this form, vendors facilitate timely payments and align with the operational prerequisites of the VA. The typical processing time is 15-30 business days, and vendors are urged to contact VA customer support for inquiries.
The document serves as a Past Performance List of References and Questionnaire (PPQ) for the Department of Veterans Affairs (VA), focusing on the evaluation of contractors through their historical performance. It includes submission guidelines, contractor information, details of previous contracts, and a rating system for performance assessment on various criteria such as quality, schedule adherence, customer satisfaction, management, financial management, and safety. Each section requires thorough documentation of previous work, including contractor entity names, contact information, project descriptions, and performance ratings defined as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. This structured format ensures that evaluators have comprehensive insights into the contractors' past performance, which is crucial for future contract awards within federal RFP contexts, emphasizing accountability and excellence in service delivery to the government. Overall, this form is crucial for informed decision-making in awarding VA contracts.
Apr 22, 2025, 5:09 PM UTC
The document outlines the requirements for the Standard Form 330, which is utilized by federal agencies to assess the professional qualifications of architect-engineer (A-E) firms when bidding for contracts. It specifies the process of public announcements for A-E services and the criteria for selecting at least three highly qualified firms based on their competence. The form is structured into two parts: Part I, which details contract-specific qualifications, and Part II, which captures the general qualifications of firms. Key sections include information on proposed teams, resumes of key personnel, relevant project experiences, and organizational charts. Agencies may have additional instructions that firms must follow when submitting their qualifications. Definitions of terms like "Architect-Engineer Services" and "Key Personnel" are provided to clarify roles within the form. The document emphasizes the need for accurate representation of qualifications and previous work that aligns with the agency's contract requirements. It reflects the federal government’s systematic approach to enhancing transparency and competition in the procurement of architectural and engineering services, ensuring quality and accountability during selection and contract negotiations.
Apr 22, 2025, 5:09 PM UTC
The document serves as a Contractor's Qualifications and Financial Information form, integral to federal government RFPs, grants, and state/local solicitations, facilitating the evaluation of contractors' financial stability and qualifications for government contracts. It requires comprehensive details on organizational structure, ownership, tax identification, and type of business. Key sections include inventory valuation methods, financial statements, and disclosures of any pending legal or financial issues, such as bankruptcies or debts owed to the federal government. Contractors must provide information on current assets, liabilities, and net worth, along with income statements reflecting financial performance over specified periods. Sections also cover banking and finance details, contractual obligations, and relationships with suppliers, outlining any past due accounts. Moreover, contractors must disclose bonding capacities and any previous issues related to subcontractor claims. This standardized collection of information aims to ensure that only financially responsible entities engage in government contracts, which is critical for maintaining integrity and accountability in public procurement processes.
Apr 22, 2025, 5:09 PM UTC
The document appears to focus on a government lease agreement, delineating the roles of the lessor and government parties involved. Its primary purpose is to establish terms between a government entity and a private lessor for the leasing of space or property necessary for governmental functions. Key ideas likely include identifying the responsibilities of each party, stipulating rental payments, outlining maintenance obligations, and ensuring compliance with federal regulations related to property leasing. The structure typically features sections on definitions, terms, and conditions, and signature lines to formalize the agreement. Overall, this document serves to facilitate a clear and enforceable lease arrangement that supports governmental operations, emphasizing legal clarity and organizational accountability within public procurement processes.
Apr 22, 2025, 5:09 PM UTC
The document outlines the security and privacy protocols for contractors, subcontractors, and associated personnel working with the Department of Veterans Affairs (VA). It emphasizes that all parties must adhere to federal laws and VA directives regarding information security. Key points include access limitations to VA systems, the necessity of background checks for personnel, and the requirement for encryption of sensitive data. Contractors must notify the VA of employee changes and follow strict protocols for data handling, storage, and destruction, ensuring no mingling of VA data with other information. Contractors are responsible for conducting security assessments and complying with all relevant legal frameworks, including FISMA and HIPAA. They are to implement adequate security controls for Personally Identifiable Information (PII) and are subject to inspections and assessments by VA officials. A significant focus is placed on incident reporting and potential liabilities, with stipulations regarding data breach notification and responses. The document ultimately ensures that all contractors maintain compliance with VA standards to protect sensitive veteran information throughout the contract duration. Ensuing training requirements for contractor employees highlight the commitment to national security and privacy.
Apr 22, 2025, 5:09 PM UTC
The document outlines a series of leasing agreements involving a lessor and a government entity, though specific details on the parties and terms are redacted. The purpose appears to be the documentation of multiple transactions between these parties without disclosing sensitive information. The repetitive nature indicates a standard format for recording government leasing activities, likely in conjunction with federal and state procurement processes. Each entry is likely intended to facilitate transparency and accountability in government spending and property management. This structure suggests an ongoing relationship with potential implications for public or governmental services needing leased properties. The overall emphasis lies in the procedural aspects of government leasing as part of broader governmental operations.
The GSA Template 3516 outlines solicitation provisions for acquiring leasehold interests in real property, focusing on key procedures for offerors. It clarifies definitions such as "discussions," "proposal modifications," and "proposal revisions," and details submission requirements for proposals, including acknowledgment of solicitation amendments and guidelines for late proposals. The document emphasizes the need for proposals to comply fully with solicitation terms and allows for modifications before the closing date. A preaward compliance evaluation is mandated for contracts exceeding $10 million. Additionally, it outlines the execution of leases, necessitating valid signatures and documentation for various types of lessors, including individuals and corporations. The template includes guidelines for protests related to lease solicitations and conditions for using facsimile proposals, ensuring that all submissions meet specific standards. Finally, it addresses the necessity for offerors to be registered in the System for Award Management (SAM) and comply with the Federal Acquisition Supply Chain Security Act, affirming their commitment to avoid using prohibited products. The overarching goal of the document is to standardize the leasing acquisition process while ensuring legal compliance and transparency in government contracting.
Apr 22, 2025, 5:09 PM UTC
The document outlines the General Clauses regarding the Acquisition of Leasehold Interests in Real Property by the federal government, specifically under the guidelines of the General Services Administration (GSA) and the Federal Acquisition Regulation (FAR). It includes a comprehensive list of clauses, categorized into general contract terms, performance standards, payment procedures, conduct regulations, labor standards, and cybersecurity measures. Key provisions address definitions, subletting, maintenance obligations, payment details, oversight of compliance with laws, and contractor conduct. Clauses like the prompt payment and adjustments for illegal activities are detailed, highlighting the government’s rights and obligations. Emphasis is laid on adherence to laws, safety, and ethical standards throughout the leasing process. This documentation is essential for prospective lessors and is integral to the bidding and compliance processes associated with government RFQs, contracts, and grants.
The document outlines the requirements for completing a prelease form for government leasing, differentiating tasks based on the location of the offered space in a building. Part A applies to spaces below the 6th floor, requiring the Offeror or their representative to assess fire safety measures and compliance with local codes and standards. Part B pertains to spaces above the 6th floor, necessitating a professional fire protection engineer's evaluation that includes a detailed report on the building's safety features, code compliance, and existing deficiencies. Key components of both parts include assessing fire sprinkler systems, fire alarm systems, means of egress, and elevator safety measures. This comprehensive evaluation aims to ensure that the offered spaces meet the Fundamental Code Requirements for fire safety and life safety systems before government acceptance. The process underscores the importance of adherence to safety regulations in government leasing scenarios, facilitating accurate assessments and necessary corrective actions before final agreements.
Apr 22, 2025, 5:09 PM UTC
The document outlines a certification of building energy performance for a research and development facility located in San Diego, CA, under RLP No. 36C10F24R0063. It asserts compliance with the energy efficiency standards mandated by the Department of Energy, specifically under 10 CFR Part 433, which applies to commercial and multi-family high-rise residential buildings as well as newly constructed federal buildings. The certification requires the signature of a qualified architect-engineer, providing their professional registration details and verification within the context of energy conservation regulations. The document serves as a formal acknowledgment that the specified project will meet the necessary energy performance criteria, reflecting the government's pursuit of energy-efficient and sustainable building practices in federally funded projects.
The document outlines wage determinations for various construction projects in San Diego County, California, under General Decision Number CA20250001, effective March 14, 2025. It specifies minimum wage rates for different job classifications in building, heavy construction, highway, and residential projects, all subject to the Davis-Bacon Act and related Executive Orders pertaining to contractor requirements and worker protections. Notably, the minimum wage is set at $17.75 per hour for contracts initiated or renewed after January 30, 2022, in compliance with Executive Order 14026. Various job classifications, such as electricians, laborers, and operator roles, have detailed wage rates and fringes. Premium pay rates are indicated for specific military base locations and hazardous material handling roles. The document also includes classifications for different trades, providing a comprehensive framework for labor wages on federally funded projects, thereby ensuring fair compensation and adherence to labor standards in construction contracting.
Apr 22, 2025, 5:09 PM UTC
The document outlines a representation form regarding telecommunications and video surveillance services and equipment, as specified by the federal government. The main purpose is to ensure compliance with Section 889 of the John S. McCain National Defense Authorization Act, prohibiting the procurement of certain covered telecommunications equipment and services that pose national security concerns. Offerors must identify whether they provide or use such equipment and supply additional information as needed, including details about any covered equipment or services if applicable. Procedures include checking the System for Award Management (SAM) for excluded entities and the necessary disclosures related to the use of covered telecommunications services or equipment. The form mandates responses from the Offeror regarding compliance, with specific options to indicate whether they will or will not provide covered services. This representation ensures that federal contracts do not support entities associated with prohibited technologies, thus safeguarding against potential risks to national defense and security. The overall focus is on maintaining transparency and accountability in government contracting while upholding legal restrictions on telecommunications services and equipment.
The document outlines the Small Business Subcontracting Plan model effective September 26, 2023, crucial for federal contractors to meet the requirements set forth in FAR 52.219-9(d). It specifies that individual plans should cover the contract performance period, with updates needed preceding fiscal year changes. Key sections include types of subcontracting plans, where contractors can choose between an Individual or a Commercial Plan, projecting total subcontracting values and setting percentage goals for various small business categories such as veteran-owned, service-disabled veteran-owned, and women-owned businesses. Furthermore, it details the selection of potential sources, reporting obligations, recordkeeping practices, and maintaining good faith efforts to ensure equitable opportunities for small businesses. The document emphasizes the importance of timely payments to small business subcontractors and mandates compliance with flow-down clauses to ensure subcontractors abide by similar subcontracting plans. This plan serves a dual purpose of fostering small business engagement in federal contracts while ensuring compliance with governmental regulations, ultimately benefiting economic diversification and inclusive participation in federal procurement processes.
Apr 22, 2025, 5:09 PM UTC
The document outlines the requirements for seismic compliance in federally owned and leased buildings, specifically through a series of forms designated A through F. These forms serve as both pre-award and post-award submittals, ensuring that buildings meet the seismic safety standards outlined in RP 8. Form A verifies compliance for benchmark buildings, while Form B assesses existing buildings' compliance with specific performance levels. Form C pertains to commitments for retrofitting existing buildings or new constructions, and Form D allows Offerors to claim exemptions based on building characteristics and location. Post-award Forms E and F certify that retrofitted or newly constructed buildings adhere to the appropriate seismic standards. Important definitions clarify the roles of professional engineers and standards applicable to the compliance process. The structured forms require detailed information regarding the buildings and their engineers, ensuring thorough documentation for safety and compliance with seismic regulations. This process is essential for federal RFPs and grants, emphasizing the government's commitment to safety in built environments through rigorous evaluation and certification requirements.
Apr 22, 2025, 5:09 PM UTC
The U.S. Department of Veterans Affairs is organizing a Pre-Bid Conference to address industry queries about the requirements for a Research and Development (R&D) facility in San Diego, CA, as outlined in RLP No. 36C10F24R0063, posted on SAM.gov on March 18, 2025. Attendance requires pre-registration by submissions to specific contacts by 4:00 PM EDT on March 31, 2025. Additionally, inquiries must be sent electronically before 4:00 PM EDT on April 7, 2025. The conference is scheduled for 1:00 PM EDT on April 2, 2025, and will be conducted via Microsoft TEAMS, with access details provided to registrants. This initiative reflects the VA's commitment to transparency and collaboration with industry stakeholders as it seeks to establish its new facility in San Diego.
Apr 22, 2025, 6:07 PM UTC
The U.S. Department of Veterans Affairs (VA) is soliciting Expressions of Interest (EOI) for a lease of approximately 44,000 ABOA square feet, yielding about 52,800 RSF for a Research & Development Facility in San Diego, CA. This presolicitation notice serves to gauge interest and identify potential locations rather than constituting a formal solicitation. Interested entities should submit EOIs by 4:00 p.m. Eastern Time on August 26, 2024. Key requirements include the need for contiguous space on no more than two floors, parking for 100 vehicles, and compatibility with VA's intended use. Additional prerequisites include zoning compliance, floodplain status, and proximity to amenities. Small businesses, particularly Service-Disabled Veteran-Owned and Veteran-Owned entities, are encouraged to participate, with a focus on those able to fulfill specific certifications and capability standards detailed in the document. Responses must include a range of information such as property descriptions, compliance evidence, funding capability statements, and project experience documentation. A market survey date is set for September 12, 2024, to assess responses and capabilities. This effort is part of the VA's broader initiative to enhance facility infrastructure and serve Veterans more effectively.
Apr 22, 2025, 5:09 PM UTC
The Department of Veterans Affairs has issued a Request for Lease Proposals (RLP) for a research and development facility located in San Diego, California, with responses due by May 20, 2025, at 4:00 PM Eastern Time. Proposals must comply with the detailed requirements outlined in the RLP to be considered for award. Interested parties are encouraged to submit inquiries by April 7, 2025, and attend a pre-bid conference set for April 2, 2025, which requires prior registration. The RLP emphasizes an unrestricted bidding process, and the selected offeror will be awarded the lease based on an evaluation aligned with the specified award methodology. This initiative reflects the government's ongoing efforts to acquire space for supporting veteran-related research and development activities.
Apr 22, 2025, 5:09 PM UTC
The Department of Veterans Affairs has issued Amendment No. 1 to Request for Lease Proposal (RLP) 36C10F24R0063 concerning a new R&D facility in San Diego, CA. The amendment, effective promptly, updates several operating cost requirements and utility management aspects. Notable changes include a requirement for proposals to reflect a lease net of utilities and including the restoration of a clause ensuring the availability of public utilities at the site before final inspection, with the VA responsible for utility expenses. The document specifies that separate meters must be installed to distinguish between VA and Lessor utility usage, and a building operating plan must also be submitted with the offer detailing system operation timelines. Additionally, a compliance matrix related to proposals has been revised. The RLP emphasizes adherence to established standards and certification from professional engineers regarding building systems to ensure operational effectiveness. Offers must be submitted by 4:00 PM Eastern Daylight Time on May 20, 2025, for consideration. The amendment reflects the VA's commitment to acquiring suitable facilities that meet their operational needs while maintaining compliance with regulatory standards.
The document pertains to the Request for Lease Proposal (RLP No. 36C10F24R0063) from the US Department of Veterans Affairs (VA) for a new Research and Development facility in San Diego, CA. It includes responses to various queries from potential offerors regarding project specifications, leasing terms, and tenant improvement (TI) allowances. Key topics include the requirements for power and infrastructure, the schedule for lease execution, and the specifics of the fully serviced lease versus a net lease. The VA stipulates that initial offers must include a test fit, which the VA will not reimburse. Tenant improvements are primarily financed as a lump sum rather than amortized into rent. The RLP has been amended to clarify that the lease will be net of utilities. Furthermore, the responses address compliance concerns, expected timelines, and security settings specific to the VA's needs. The document underscores the importance of clarity in pricing and acceptance of space and provides precise expectations for offeror submissions, focusing on operational efficiency and compliance with VA standards.
The document is an amendment to the Request for Lease Proposal (RLP) No. 36C10F24R0063 by the Department of Veterans Affairs for a Research and Development facility in San Diego, CA. The amendment outlines key revisions in operational and utility cost responsibilities under the lease agreement. Notably, the government stipulates that the lease must be net of utilities, which are to be managed separately. The offeror is responsible for ensuring utility availability at the time of final inspection and must cover installation fees for connections. Utility costs, including electricity and water, will be reimbursed by the VA, contingent on the proper installation of separate meters for government use, with proration prohibited. A professional engineer must confirm that building systems meet required performance standards. The documentation also includes details on creating a building operating plan that schedules operation times for systems like HVAC and plumbing. Lastly, an updated compliance matrix for offeror proposals is attached. This amendment focuses on clarifying lease terms, utility management, and ensuring operational readiness in infrastructure agreements, which are crucial in federal and state contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
X1DB--Cincinnati VAMC Admin Lease
Buyer not available
The Department of Veterans Affairs is seeking expressions of interest for the lease of 10,000 ABOA square feet of space, along with 100 parking spaces, to serve as an administrative building in Cincinnati, Ohio. This opportunity is specifically aimed at Service Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), with the lease term not exceeding 20 years and various requirements outlined for the offered space, including zoning approval and compliance with safety regulations. The anticipated project cost ranges between $5,000,000 and $10,000,000, and interested parties must respond by May 9, 2025, while also providing a Capabilities Statement to demonstrate their ability to meet the project requirements. For further information, interested vendors can contact Contract Specialist Ken Staiduhar at kenneth.staiduhar@va.gov or by phone at 216-707-7775.
X1DB--Baltimore Outpatient Clinic (PACT ACT) 135,148 ANSI/BOMA (Expanded Delineated Area)
Buyer not available
The Department of Veterans Affairs is seeking Expressions of Interest from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the leasing of approximately 135,148 ABOA square feet of outpatient clinic space in Baltimore, MD, as part of the PACT Act initiative. The procurement aims to identify potential sources for outpatient clinic facilities that meet specific requirements, including compliance with zoning and safety standards, accessibility, and infrastructure capabilities, while ensuring the offered spaces are contiguous and outside FEMA floodplains. This opportunity underscores the VA's commitment to engaging veteran-owned enterprises in government contracting, with submissions due by May 7, 2025, and a market survey anticipated in late Spring 2025. Interested parties should contact Realty Specialist Earnest (EJ) Jackson at Earnest.Jackson@va.gov for further inquiries.
X1DB--Buffalo Research and Development 33,425 ANSI/BOMA
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a lease opportunity for a research and development facility in Buffalo, New York, encompassing approximately 33,425 ANSI/BOMA square feet. The procurement aims to secure a facility that meets specific operational, safety, and environmental standards, including compliance with safety regulations, accessibility requirements, and the provision of adequate parking spaces. This facility is crucial for enhancing the VA's research capabilities and supporting advanced medical research initiatives. Proposals are due by June 20, 2025, and interested parties should direct inquiries to Brad Ruther at bruther@vcre.us or call (513) 722-6552 for further information.
M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking proposals for off-site employee parking services at the VA San Diego Healthcare System, with a total contract value of $47 million. The procurement aims to provide parking solutions for employees, veterans, patients, and visitors, requiring space for 600 vehicles within five miles of the facility, along with compliance with the Americans with Disabilities Act (ADA) and other operational standards. This initiative underscores the VA's commitment to enhancing service delivery and accessibility, with the contract set to span from November 1, 2025, to October 31, 2030, including multiple option years for renewal. Interested vendors must submit their proposals by May 9, 2025, at 10:00 AM PDT, and can contact Dr. Barry Bland at barry.bland@va.gov or 858-626-8744 for further information.
M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking proposals for off-site employee parking services for the VA San Diego Healthcare System (VASDHS). This procurement includes a base year contract with the option for four additional years, aimed at providing essential parking facilities to support the operations of the Jennifer Moreno Medical Center. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), reflecting the VA's commitment to fostering opportunities for eligible small businesses. Interested parties should direct inquiries to Dr. Barry Bland at barry.bland@va.gov, with proposals due by May 9, 2025, at 10:00 AM Pacific Time.
X1AA--FY25 New Lease-Location: Vet Center Readjustment Counseling Service Miami
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of approximately 4,300 to 4,347 contiguous ANSI/BOMA Occupant Area (ABOA) square feet of medical office space for a Vet Center in Miami, Florida. The selected property must be an existing building that is modernized, located outside the 100-Year Floodplain, and provide a minimum of 20 dedicated parking spaces for VA use, with readiness for occupancy by June 1, 2027. This initiative is crucial for enhancing the services provided to veterans, ensuring they have access to appropriate facilities for readjustment counseling. Interested offerors must submit their proposals, including required documentation, by May 19, 2025, to the Lease Contracting Officer, Javier Correa-Ochoa, at javier.correaochoa@va.gov.
X1DB--SUCEEDING LAFAYETTE CAMPUS B LEASE (VA-25-00031797)
Buyer not available
The Department of Veterans Affairs (VA) is seeking to lease approximately 6,815 Rentable Square Feet (RSF) of existing medical space in Lafayette, Louisiana, as part of a Sources Sought Notice. The VA aims to identify suitable properties that can accommodate outpatient clinic care and include 50 on-site parking spaces, with the requirement that the space be contiguous and outside of the 100-year flood plain. This opportunity is crucial for enhancing healthcare services for veterans in the area, and the lease term is set for 20 years, comprising a 15-year firm period followed by a 5-year soft term as a full-service lease. Interested parties must submit their expressions of interest, including specific property details, by May 7, 2025, at 10:00 AM Central Time, to Denedra Finley at denedra.finley@va.gov, without including pricing in their submissions.
The Government is requesting offers to lease approximately 21,000RSF of existing office space in San Antonio, TX
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking offers to lease approximately 21,000 rentable square feet of existing office or medical space in the San Antonio, TX area, with a focus on zip codes 78251 and 78245. The leased space will serve as a clinic operated by the US Government, requiring facilities such as exam rooms, a laboratory, imaging, and pharmacy, along with private office space for medical providers to ensure compliance with privacy requirements. Interested lessors must submit their proposals by May 6, 2025, and should include an itemized rental proposal worksheet, proof of ownership, and a detailed estimate for completing any necessary finish-out of the space. For further inquiries, Kaitlin Edwards can be contacted via email at Kaitlin.R.Edwards@usace.army.mil or by phone at 817-886-1303.
X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
Buyer not available
The Department of Veterans Affairs is seeking offers for a lease of a Primary Care Annex in West Palm Beach, Florida, under solicitation number 36C248-25-R-0031. The procurement aims to secure approximately 11,886 to 12,000 ANSI/BOMA square feet of clinical space, which must include at least 100 parking spaces and be ready for occupancy by April 1, 2026. This facility will play a crucial role in providing healthcare services to veterans, emphasizing accessibility and modern medical office standards. Interested offerors must submit their proposals by May 1, 2025, to the Lease Contracting Officer, Javier Correa Ochoa, at javier.correaochoa@va.gov, with compliance to federal regulations and documentation requirements being essential for consideration.
X1DZ--Space for Lease in Sussex County DE for Veterans Center RSF 4713 NUSF 3491
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing space to establish a Veterans Center in Sussex County, Delaware, under Request for Lease Proposal (RLP) No. 36C24425R0051. The procurement aims to secure approximately 4,713 rentable square feet of space that meets specific requirements for accessibility, security, and operational efficiency to support veteran services. This initiative underscores the VA's commitment to enhancing facilities for veterans, ensuring they receive necessary support in an accessible environment. Proposals are due by May 1, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.