ContractSolicitation
Lease - Kenai Outstation - Alaska
DEPARTMENT OF VETERANS AFFAIRS• 36C24W26R0033
Response Deadline
May 9, 2026
0Days Remaining
0
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation
Contract Opportunity Analysis
The Department of Veterans Affairs is seeking a lease for space in Kenai, Alaska, to support a VHA Vet Center at the Kenai Outstation. The requirement calls for approximately 2,107 ABOA square feet of contiguous, fully serviced clinical space with the related buildout, maintenance, and operational support needed for the facility. The lease term is 20 years with a 5-year firm term, and the solicitation includes detailed requirements for seismic safety, accessibility, fire protection, energy efficiency, security, and environmental compliance. Amendment 0004 stopped the solicitation and it will be reissued later; prior submission instructions directed offers by email to Garry Alexander.
Classification Codes
NAICS Code
5311
Lessors of Real Estate
PSC Code
X1AA
LEASE/RENTAL OF OFFICE BUILDINGS
Solicitation Documents
_RLP Amendment 1 - KENAI OUTSTATION.pdf
PDF•262 KB•May 8, 2026
AI Summary
This document is an amendment to a Request for Lease Proposal (RLP) from the Department of Veterans Affairs for the Kenai Outstation. The primary purpose of this amendment, designated as RLP No. 36C24W26R0033 Amendment No. 0001, is to change the response due date for the proposal. The original due date of April 3, 2026, at 5:00 PM PST has been extended to April 17, 2026, at 5:00 PM PST. All other terms and conditions of the original RLP remain unchanged and in full force and effect. The amendment was issued by the Department of Veterans Affairs, Regional Procurement Office – West, Minor Leasing Division, Branch 6, and signed by Senior Lease Contracting Officer Garry Alexander.
_RLP - KENAI - OUTSTATION - ALASKA - Final.pdf
PDF•472 KB•May 8, 2026
AI Summary
The General Services Administration (GSA) Request for Lease Proposals (RLP) 36C24W26R0033 seeks approximately 2,107 ABOA square feet of contiguous space in Kenai Outstation, Alaska, for the VHA. Offers are due by April 3, 2026, at 5 PM PST. The RLP outlines detailed requirements for the building, lease terms (20 years, 5 years firm), parking (20 surface spaces), and various compliance standards including seismic safety, asbestos, accessibility, fire protection, and energy efficiency (ENERGY STAR® label). Offerors must submit comprehensive proposals including financial commitments, zoning compliance, ownership evidence, and a construction schedule. The RLP emphasizes environmental due diligence, National Environmental Policy Act (NEPA) compliance, and National Historic Preservation Act (NHPA) requirements. The lease will be awarded based on proposals conforming to RLP requirements, with specific instructions for submission via email to Garry Alexander.
Exhibit A - GSA L100 Lease Templete - Kenai Outstation.pdf
PDF•475 KB•May 8, 2026
AI Summary
This document outlines Lease No. 36C24W26L0023, a comprehensive agreement between a Lessor and the U.S. Government, acting through the General Services Administration (GSA), for the lease of office and related space. The lease term is 20 years, with a 5-year firm term, and includes provisions for renewal and termination rights. Key aspects covered are rent and other considerations, including shell rent, operating costs, tenant improvements (TI), building-specific amortized capital (BSAC), and parking. The document details adjustments for real estate taxes and vacant premises, and specifies rates for overtime HVAC and above-standard services. It incorporates various documents such as floor plans, agency requirements, and general clauses. Construction standards and shell components are extensively defined, covering work performance, waste management, material specifications (e.g., wood products, adhesives), and building systems (e.g., fire sprinklers, alarms, HVAC, electrical, plumbing). General terms and definitions related to real property and contract specifics are provided. The lease also addresses responsibilities for design and construction, post-award activities, and ongoing utilities, services, and obligations during the lease term, including maintenance, safety (e.g., asbestos, radon, hazardous materials), and security requirements.
Exhibit K - FAR 52.204-24 Representation Digital (Nov. 2021).pdf
PDF•183 KB•May 8, 2026
AI Summary
The document,
Exhibit L - Wage Detemination - Alaska 1-22-2026.pdf
PDF•286 KB•May 8, 2026
AI Summary
This government file outlines a comprehensive project focused on upgrading and modernizing various systems within a facility. The document details requirements for mechanical, plumbing, and fire suppression systems, emphasizing adherence to established standards and regulations. It covers assessment, demolition, and installation phases, with a strong focus on coordination among different trades and ensuring accessibility for future maintenance. Specific attention is given to improving sprinkler systems, ductwork, and piping, integrating new equipment, and implementing strict safety protocols, including infection control and fire watches. The project underscores a commitment to facility modernization, regulatory compliance, and the health and safety of occupants.
_RLP Amendment 2 - KENAI OUTSTATION.pdf
PDF•262 KB•May 8, 2026
AI Summary
This document is an amendment to a Request for Lease Proposal (RLP) issued by the Department of Veterans Affairs for the Kenai Outstation, identified as RLP No. 36C24W26R0033. The amendment, number 0002, was issued on April 23, 2026, and its sole purpose is to change the response due date for the proposal. The original due date of April 17, 2026, at 5 PM PST has been extended to May 15, 2026, at 5 PM PST. All other terms and conditions of the original RLP remain unchanged and in full force and effect. The amendment was issued by Garry Alexander, Senior Lease Contracting Officer, Regional Procurement Office – West, Minor Leasing Division, Branch 6.
Exhibit B - SOW ASR-A New Replacing Vet Center Lease - Kenai Outstation.pdf
PDF•15181 KB•May 8, 2026
AI Summary
The Department of Veterans Affairs (VA) is seeking lease proposals for contiguous clinical space to establish a Vet Center. The space must be aesthetically pleasing, of sound construction, and located on the ground floor in a prime commercial area. The lease will be fully serviced, including janitorial, basic cable, guest high-speed internet, security monitoring, and maintenance. The document details extensive room requirements for various areas, including entrance/exterior, lobby, restrooms, reception, offices, group counseling rooms, kitchen/break room, janitorial/utility closet, supply/storage room, and a telecommunications room. Specific requirements cover electrical and data outlets, flooring, window coverings, soundproofing (STC 45), security systems (CCTV, alarm, nurse call, access control), and finishes. The RFP also outlines detailed exterior and interior signage standards, emphasizing brand compliance and ADA accessibility. The lessor is responsible for providing all materials, labor, and equipment, adhering to VA standards and local codes, and conducting a post-construction sound acoustic field study.
Exhibit C - Security Requirements FSL Level II.pdf
PDF•184 KB•May 8, 2026
AI Summary
The document outlines Facility Security Level II requirements for government leases, detailing security measures for federal RFPs, grants, and state/local RFPs. Key areas include access control at entrances, securing critical areas like mechanical rooms with high-security locks, and managing public access in common areas. It mandates robust security systems, including Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, with options for Lessor or Government provision and maintenance. Site security covers landscaping, HAZMAT storage, and parking. Structural requirements address ground-floor windows and emergency generator protection. Operational aspects include Lessor cooperation with the Facility Security Committee and strict control of building information. A crucial section on cybersecurity prohibits Lessor-owned Building and Access Control Systems (BACS) from connecting to federal IT networks and strongly recommends cybersecurity best practices like NIST-CSF and DHS ICS-CERT guidelines for BACS. Lessors must also develop and implement construction security plans, including background checks for personnel.
Exhibit F - 3517B General Clauses.pdf
PDF•320 KB•May 8, 2026
AI Summary
This GSA Template 3517B outlines the general clauses for federal government leasehold interests in real property, covering a wide range of contractual obligations. The document is structured into categories: General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses address definitions, subletting, Lessor default, Government inspection rights, maintenance, fire and casualty damage, compliance with laws, alterations, space acceptance, and payment terms, including prompt payment and electronic funds transfer. It also incorporates essential federal acquisition regulations (FAR) and GSA acquisition regulations (GSAR) related to business ethics, anti-kickback procedures, drug-free workplaces, and various small business requirements. Furthermore, it details extensive cybersecurity mandates, including safeguarding information systems, prohibiting certain hardware/software, and addressing supply chain security. The document emphasizes mutual obligations, remedies for default, and procedures for adjustments and disputes, ensuring clear guidelines for both the Lessor and the Government in lease agreements.
Exhibit G - Form 1364 Proposal to Lease Space.pdf
PDF•1632 KB•May 8, 2026
AI Summary
The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The message also includes trademark information for Windows, Mac, and Linux. This document is not a typical government file such as an RFP or grant, but rather a technical support message for accessing such documents.
Exhibit H - Form 1217 - Lessor_s Annual Cost Statement.pdf
PDF•1273 KB•May 8, 2026
AI Summary
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors to provide estimated annual costs of services, utilities, and ownership when leasing space to the U.S. General Services Administration (GSA). This form is used in federal government Request for Lease Proposals (RLPs) and ensures rental charges align with community prevailing rates. Lessors must detail expenses for cleaning, heating, electricity, plumbing, air conditioning, and elevators for both the entire building and the government-leased area. Additionally, the form requires information on ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. The document also includes instructions for calculating rentable area and certifying the accuracy of the provided cost estimates, ensuring transparency and fairness in government leasing actions.
Exhibit I - Prelease FPLS Evaluation Form 12000.pdf
PDF•169 KB•May 8, 2026
AI Summary
The GSA Form 12000,
Exhibit J - Seismic Forms A - F with Instructions.pdf
PDF•206 KB•May 8, 2026
AI Summary
The RLP Offer Attachment outlines seismic compliance requirements for federal government leased buildings, encompassing pre-award and post-award submittals. Offerors must complete Forms A-D pre-award. Form A certifies benchmark buildings, Form B assesses existing buildings, and Form C commits to retrofitting non-compliant buildings or new construction design codes. Form D allows offerors to claim exemptions based on leased space size or building type in specific seismic zones. Post-award, Forms E and F are required for retrofitted and new buildings, respectively, to certify compliance. All forms require supporting documentation and professional engineer certification, adhering to standards like RP 8, ASCE/SEI 31, and ASCE/SEI 41. The document defines key terms and provides templates for each form, ensuring seismic safety and regulatory adherence in government leases.
_RLP Amendment 3 - KENAI OUTSTATION.pdf
PDF•272 KB•May 8, 2026
AI Summary
This document is an amendment to a Request for Lease Proposal (RLP) for the Department of Veterans Affairs Kenai Outstation, identified as RLP No. 36C24W26R0033. The amendment, number 0003, is effective May 1, 2026. Its primary purposes are to remove the phrase "lowest price technically acceptable" from section 4.03(A) regarding award basis, and to replace Exhibit F, General Clauses, by adding FAR 52.222-90, which addresses Diversity, Equity, and Inclusion (DEI) and discrimination by federal contractors. This modification clarifies the award criteria for the lease and updates the general clauses to include new federal regulations concerning DEI and discrimination.
_RLP Amendment 4 - KENAI OUTSTATION.pdf
PDF•166 KB•May 8, 2026
AI Summary
The Department of Veterans Affairs issued Amendment 0004 to Request for Lease Proposal (RLP) 36C24W26R0033 for the Kenai Outstation, with an effective date of May 8, 2026. The purpose of this amendment is to stop the solicitation and re-issue it at a later date. All other terms and conditions of the original RLP remain unchanged and in full force and effect. The amendment was issued by the Department of Veterans Affairs, Regional Procurement Office – West, Minor Leasing Division, Branch 6 – Senior Lease Contracting Officer, Garry Alexander.
NEW - Exhibit F - 3517B General Clauses.pdf
PDF•346 KB•May 8, 2026
AI Summary
This GSA Template 3517B outlines the general clauses for federal government leases involving real property, covering various aspects of the lessor-government relationship. The document is structured into categories: General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses address definitions, subletting, assignment, subordination, default by lessor, inspection rights, delivery and condition of premises, maintenance, fire and casualty damage, compliance with laws, alterations, acceptance of space, prompt payment, assignment of claims, business ethics, anti-kickback procedures, drug-free workplace, price adjustments, examination of records, and dispute resolution. It also includes clauses related to small business programs, veteran and disability employment, and comprehensive cybersecurity requirements, including safeguarding contractor information systems and prohibitions on specific foreign telecommunications equipment and services. The template ensures legal and operational compliance for leasehold interests.
Exhibit D - Security Unit Price List FSL II.xlsx
Excel•16 KB•May 8, 2026
AI Summary
The “Security Unit Price List (Level II)” document, effective October 2024, is a critical component for federal government leases, detailing security countermeasures and their associated costs. This spreadsheet outlines various security requirements, from facility entrances and common areas to interior government spaces, building exteriors, and advanced security systems like video surveillance and intrusion detection. Items are categorized as 'Priced in Shell,' 'Priced in Tenant Improvements,' 'Government Provided,' or requiring a specific unit price and quantity for calculation. The document specifies that unit prices for security countermeasures will be determined post-award based on final design documents and are subject to negotiation. It also clarifies that costs for 'Priced in Shell' and 'Priced in Tenant Improvements' items should be transferred to a 'TICS' form. The Building Specific Amortized Capital (BSAC) amount, initially an estimate, will be finalized after the design. The document serves as a guide for leasing specialists to ensure security standards are met and properly priced within government leases.
Exhibit E - 3516 Solicitation Provisions.pdf
PDF•116 KB•May 8, 2026
AI Summary
This GSA template outlines solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submission, and lease award. It defines terms like "discussions" and "proposal modification," detailing rules for amendments, late proposals, modifications, revisions, and withdrawals. The document specifies how proposals should be submitted, signed, and the conditions under which late submissions may be considered. It also addresses restrictions on data disclosure, lease award criteria (best value, competitive range, unbalanced pricing), and post-award debriefings. Furthermore, it includes provisions for parties to execute the lease, service of protests, facsimile proposals, and mandatory System for Award Management (SAM) registration, including unique entity identifiers and Federal Acquisition Supply Chain Security Act (FASCSA) order representations and disclosures. Offerors must be registered in SAM at the time of award and maintain registration throughout the contract.
Related Contract Opportunities
Project Timeline
postedOriginal Solicitation PostedMar 6, 2026
amendedAmendment #1Mar 10, 2026
amendedAmendment #2Apr 3, 2026
amendedAmendment #3Apr 23, 2026
amendedAmendment #4May 1, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 9, 2026
expiryArchive DateMar 6, 2027
Agency Information
Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Point of Contact
Place of Performance
Kenai, Alaska, UNITED STATES