Vet Center Lease for Ganado Arizona
ID: 36C24W25R0022Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease of medical office space in Ganado, Arizona, specifically between 650 to 2,987 ANSI/BOMA Square Feet, not to exceed 2,987 contiguous Rentable Square Feet. The leased space will serve as a Vet Center Outstation, providing essential readjustment counseling services for veterans and their families, and must meet specific requirements for accessibility, aesthetics, and functionality, including adequate parking and modern facilities. This procurement is crucial for enhancing veterans' access to vital services, with a lease term of 20 years beginning around August 1, 2025, and a proposal submission deadline extended to August 15, 2025, at 4:30 p.m. Central Standard Time. Interested parties can contact Justin Sherman at justin.sherman@va.gov or Ralph Crump at ralph.crump@va.gov for further details.

    Files
    Title
    Posted
    The document outlines the lease agreement between the United States government, specifically the Department of Veterans Affairs (VA), and a lessor for a property designated for government use. It details substantial terms and conditions, including a 20-year lease term with a firm period of 5 years, rental payment structure, and appurtenant rights like parking space usage. The lease also emphasizes tenant improvement allowances, adjustment provisions, and responsibilities regarding maintenance, insurance, and compliance with safety and construction standards. The potential for alterations at the request of the Government is addressed, as is the Lessor’s obligation to deliver a completed and acceptable premises consistent with relevant building and safety codes. Special provisions exist for terminative rights and adjustments for vacancy. The document incorporates various structural elements, outlining specific financial and operational requirements established by regulatory bodies, including adherence to environmental standards and labor laws. Overall, the lease represents a formal agreement designed to facilitate government operations while ensuring compliance and safeguarding the interests of both parties.
    The Department of Veterans Affairs seeks to lease clinical space for a Vet Center Outstation, focusing on providing accessible readjustment counseling services for veterans and their families. The space must be aesthetically pleasing, easily accessible via various transportation modes, and include sufficient parking, especially for individuals with disabilities. The requirements encompass ground floor location, modern construction, and facilities for social interaction among veterans. The lease demands comprehensive services from the lessor, including janitorial, security, and maintenance provisions as part of the rental agreement. Specific room requirements detail the need for a reception area, offices, and kitchen facilities, all equipped with electrical and data outlets, security systems, and sound masking equipment. In addition to functional space, the project places significant emphasis on exterior and interior signage that adheres to VA guidelines, ensuring visibility and compliance with local regulations. All installation and maintenance activities are to be coordinated with VA representatives to ensure the space meets operational standards. This initiative demonstrates the VA's commitment to enhancing veterans' access to essential services, reinforcing its supportive community role.
    This document outlines Security Requirements for Facility Security Level II, mandated for federal leasing agreements. It specifies comprehensive security measures that lessors must incorporate into building design, maintenance, and operations, emphasizing the importance of securing critical areas to prevent unauthorized access. Key measures include employee and visitor access control, proper screening of common and non-public areas, and effective signage for regulatory compliance. The document mandates the installation of advanced security systems such as Intrusion Detection Systems (IDS) and Video Surveillance Systems (VSS), with detailed requirements for testing, maintenance, and oversight. Additional considerations for landscaping, parking, and emergency systems are highlighted to enhance safety and security. Lessors are also prompted to develop construction security plans and adhere to cybersecurity protocols, thereby safeguarding both physical and digital assets against potential threats. Overall, the file serves to ensure federal facilities maintain strict security standards while accommodating operational needs.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property. It emphasizes key instructions for offerors, including the definitions of terms, submission guidelines, modifications, and withdrawal of proposals. Offerors must comply with specific submission formats and address conditions for late proposals. The evaluation process focuses on offering the best value based on several criteria, and the Government reserves the right to reject proposals. Restrictions on information disclosure are detailed, urging offerors to mark sensitive data to limit its use. The document also describes the execution requirements for leases, depending on whether the lessor is an individual, partnership, corporation, or joint venture. Additional provisions cover protest procedures, facsimile proposal rules, and registration requirements in the System for Award Management (SAM) for contractors. The document highlights the importance of compliance with the Federal Acquisition Supply Chain Security Act, wherein contractors must ensure that prohibited materials are not part of their proposal. Overall, it provides a comprehensive framework aimed at promoting transparency, adherence to regulations, and best practices in government leasing acquisitions.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property, specifically under the General Services Administration (GSA). It provides a comprehensive list of clauses pertinent to the leasing process, including definitions, performance obligations, payment terms, standards of conduct, audits, disputes, labor standards, and small business provisions. Key clauses address subletting and assignment, maintenance obligations, fire damage consequences, and payment procedures, emphasizing the rights and responsibilities of both lessors and the government. Other notable aspects include regulations regarding ethics, equal opportunity, and compliance with applicable laws. This document serves as a foundational guideline in government real estate transactions, ensuring clarity and legal compliance in federal contracts and leases. The structured clause arrangement promotes understanding and adherence to necessary procedures during the acquisition of leased properties.
    The document currently lacks content due to compatibility issues with the PDF viewer, making it impossible to analyze or summarize the intended content related to federal and state RFPs or grants. Without specific text or details, it is not possible to identify the main topic, key ideas, or supporting details relevant to government funding opportunities or proposals. To proceed, a properly formatted document should be accessed to gather the necessary information for a comprehensive summary. This situation highlights the importance of ensuring that government documents are accessible and viewable for effective analysis and review.
    The document serves as the Lessor's Annual Cost Statement for government leasing, outlining cost estimations for services and utilities provided as part of rental agreements. It includes sections for detailing the estimated annual costs related to specific services such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance, grouped under two categories: services provided for the entire building and those specific to the government-leased area. Additionally, the statement requires the inclusion of costs related to ownership, building maintenance, insurance, and real estate taxes. The form emphasizes the need for accurate cost estimations and certifications by lessors to ensure compliance with federal leasing policies by the General Services Administration (GSA). It is a critical component for assessing fair rental charges based on market values and ensuring that leases conform to community standards. Completion of this statement is essential for the proper management of government leases and aligns with established policies on space acquisition.
    The document details the requirements and processes for conducting a fire protection and life safety evaluation of office buildings as outlined by the General Services Administration (GSA). It is structured into two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, requiring a licensed professional engineer's assessment. Part A requires the Offeror to provide general building information, check compliance with relevant fire protection systems, and complete various yes/no questionnaires about emergency systems and egress access. Conversely, Part B mandates a thorough evaluation, including inspections, narratives about building conditions, identification of hazardous areas, and a detailed report on fire alarm and suppression systems. Each part emphasizes adherence to local building and fire codes, incorporating the National Fire Protection Association standards. The GSA form seeks to ensure occupant safety and regulatory compliance before accepting proposed spaces for government use, underlining the importance of fire safety measures in public sector buildings. In summary, the document serves as a guideline to evaluate fire safety compliance in federal office buildings, ensuring a structured approach to assessing life safety measures essential for occupant protection.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment as mandated under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies requirements for Offerors regarding the provision and use of covered telecommunications equipment or services in government contracts, aiming to prevent the procurement of specific technologies deemed security risks. The document delineates the definitions of relevant terms and stresses the prohibition against utilizing covered telecommunications in federal contracts. Offerors must declare whether they will or will not provide such equipment or services and disclose relevant information if "will" or "does" is selected. Furthermore, it directs Offerors to review the System for Award Management (SAM) list for any excluded entities and requires detailed disclosures about covered equipment or services offered. The structure includes sections for definitions, prohibitions, procedures, representations, and disclosures, ensuring that all parties comply with federal regulations designed to enhance national security. This document serves as a critical compliance tool within the framework of federal RFPs and grants, aiming to secure telecommunications infrastructure against threats.
    The document outlines the designated Chinle Delineated Area located within a three-mile radius of Ganado City Center. It serves as a geographic framework likely relevant for federal RFPs or grants pertaining to regional development or community projects. Although the document is brief and lacks extensive details, it establishes a specific area that may be targeted for funding initiatives or project proposals. This delineation suggests a focused effort to direct resources and support toward communities in close proximity to Ganado City Center, indicating efforts to enhance local infrastructure or services. The context implies potential upcoming opportunities for local agencies or organizations to engage in collaborative projects aimed at community improvement within the cited boundaries.
    The memo from the Department of Veterans Affairs announces an extension for the Request of Lease Proposal (RLP) related to rental space in Ganado, Arizona. The RLP seeks to rent between 650 to 2,987 ANSI/BOMA square feet within a three-mile radius of the Ganado city center. The deadline for submitting offers has been extended to August 15, 2025, at 4:30 p.m. Central Standard Time. This extension aims to provide prospective offerors additional time to prepare their submissions for this leasing opportunity. The communication is issued by J Taylor Sherman, the Lease Contracting Officer at RPO West, reinforcing the government’s ongoing efforts to fulfill its space needs while engaging potential landlords in the region.
    The document outlines the Request for Lease Proposals (RLP) No. 36C24W25R0022 for a lease in Ganado, AZ, with offers due by July 25, 2025. The Government seeks proposals for 650 to 2,987 square feet of contiguous space in a modern quality building, with specific requirements for parking, security, and accessibility. The lease term is set for 20 years, beginning around August 1, 2025, with termination rights after a five-year firm period. Offerors must adhere to federal standards regarding environmental safety, energy efficiency, and accessibility, and comply with various reporting requirements. The Government will evaluate offers based on the outlined criteria, including historical preferences for properties within designated districts. Moreover, compliance with the National Environmental Policy Act and National Historic Preservation Act is mandatory. This RLP exemplifies the structured processes involved in federal leasing, ensuring careful consideration of safety, compliance, and efficiency standards while promoting suitable leasing opportunities for the Government.
    The Department of Veterans Affairs (VA) is seeking potential sources for leasing office space, specifically for the Greater Arizona Healthcare System in Ganado, Arizona. This Sources Sought Notice (36C24W25R0022) aims to identify available properties that meet the government's specifications rather than requesting formal proposals. The VA requires a minimum of 2,844 to a maximum of 3,000 Rentable Square Feet (RSF) of existing office space, along with ten dedicated parking spaces. The lease is set for a term of 20 years, with termination rights after five years. Properties must be located within three miles of Ganado's city center and cannot be near certain incompatible establishments such as liquor stores or drug treatment facilities. Submissions should include details about the property, proof of SDVOSB or VOSB status, and evidence demonstrating compliance with federal safety and accessibility standards. The magnitude of anticipated construction will fall between $25,000 and $100,000, and the VA emphasizes a fully serviced lease arrangement. This notice does not solicit bids, but responses will help determine if this opportunity may be set aside for small veteran-owned businesses. Interested parties must submit their information by November 20, 2024, to the designated contracting officer.
    Lifecycle
    Title
    Type
    Solicitation
    Sources Sought
    Similar Opportunities
    Yukon, OK CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a medical clinic space in Yukon, Oklahoma, specifically under Request for Lease Proposals (RLP) No. 36C24W25R0116. The requirement is for 22,155 to 26,586 ABOA square feet of contiguous space, with a 20-year lease term (10 years firm) and the provision of 150 reserved parking spaces. This facility will expand existing services and introduce new healthcare offerings for veterans, adhering to strict VA and federal building codes, including security and environmental standards. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025; interested parties should contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    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.
    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.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Buyer not available
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    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.
    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.