X1GD--Saginaw Warehouse Succeeding Lease GREX ID DMI12527-001
ID: 36C25024R0132Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Lessors of Miniwarehouses and Self-Storage Units (531130)

PSC

LEASE/RENTAL OF OPEN STORAGE FACILITIES (X1GD)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a succeeding lease of the Saginaw Warehouse located in Saginaw, Michigan, with a total space requirement of at least 10,000 ABOA square feet on a single floor. The procurement aims to secure a facility that meets specific operational and security standards, including compliance with Facility Security Level II requirements, which necessitate robust physical security measures and tenant improvements. This lease is critical for supporting the VA's mission to provide suitable premises for veterans, ensuring safety and operational efficiency. Interested parties must submit their proposals by March 14, 2025, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or by phone at 317-697-9786.

    Point(s) of Contact
    Lisa NewlinLeasing Contract Specialist
    (317) 697-9786
    Andrew (Dan) Seaman
    lisa.newlin@va.gov
    Files
    Title
    Posted
    The Request for Lease Proposals (RLP) No. 36C25024R0132 from the Department of Veterans Affairs seeks offers for a warehouse lease in Saginaw, Michigan, with proposals due by March 14, 2025. The government requires a minimum of 10,000 ABOA square feet of contiguous space on a single floor, with specific building features such as a 14-foot clear ceiling height, modern construction, and compliance with safety and accessibility standards. Proposals must demonstrate an efficient layout and comply with federal guidelines, including floodplain avoidance and environmental considerations. Offerors should provide detailed pricing terms, including annual rent calculations and costs associated with tenant improvements. The lease will be awarded to the responsible offeror whose proposal is technically acceptable and the lowest priced, adhering to the outlined evaluation methods. Successful offerors will enter into a fully serviced lease, which mandates comprehensive obligations regarding security, renovations, and operational costs. This document reflects the government's commitment to acquiring suitable warehouse space while ensuring compliance with regulation and safety standards.
    The document presents a Combined Synopsis/Solicitation Notice for a succeeding lease by the Department of Veterans Affairs (VA) for the Saginaw Warehouse in Saginaw, Michigan. It details the current lease's expiration, the space available (13,725 rentable square feet), and the consideration of alternative spaces if they are economically advantageous. The VA intends to pursue either a competitive bidding process or a sole source acquisition with the incumbent lessor. Key points outline the requirements, including the maximum space limitations, renter's responsibilities, and the financial aspects of lease proposals, such as build-out costs and amortization terms. Various attached exhibits detail specific requirements for tenant improvements, security needs, and compliance with fire safety standards. Interested parties must communicate with specified contacts and adhere to submission deadlines for proposals, as outlined in the formal solicitation. This notice underscores the VA's commitment to provide suitable premises while maintaining budgetary constraints and operational requirements within federal guidelines.
    This document outlines the terms of Lease No. 36C25025L0005 between the Lessor and the Department of Veterans Affairs for a warehouse space. It establishes details regarding the lease agreement, including the effective date, parties involved, the premises to be leased, and other essential terms. The lease includes provisions for the use of the premises, rental terms with structured payment schedules, and responsibilities for both Lessor and the Government. Key points include the identification of premises and square footage metrics, rent calculations, adjustment provisions for operating costs and real estate taxes, and stipulations around possible alterations during the lease term. Terms for termination and renewal rights are specified, along with critical legal references ensuring compliance. This lease framework is essential for guiding future operational procedures and clarifying obligations within federal RFP contexts and local grants, supporting transparency and accountability regarding government property leasing. Overall, the document serves as a formal, structured agreement to facilitate the leasing of government facilities.
    The Saginaw Warehouse Lease document sets forth the requirements and scope for leasing 10,000 net usable square feet of warehouse space for the VA Medical Center in Saginaw, Michigan. The lease is designated to be full service and comply with GSA specifications. The Statement of Work (SOW) outlines necessary construction actions, including site preparation, demolition, and compliance with various building codes. Key tenant improvements focus on security features like door systems and janitorial services, which must adhere to environmental standards and operational protocols. The document specifies a detailed janitorial service workflow, ensuring cleanliness and safety of the premises, along with responsibilities for maintenance of both the interior and exterior. Regular and emergency maintenance procedures are established, with strict timelines for addressing deficiencies. Additionally, safety protocols and procedures are mandated for fire protection and environmental standards, requiring coordination with local regulations. The comprehensive nature of the document reflects the VA's commitment to providing secure, efficient, and environmentally sustainable facilities for veterans.
    The document outlines security requirements for facilities categorized as Facility Security Level II (FSL II) under the Department of Veterans Affairs (VA). It details the responsibilities and specifications for lessors regarding physical security measures, including site security criteria, structure security criteria, facility entrance security criteria, and interior security systems criteria. Key elements include the establishment of critical and sensitive areas, implementation of video surveillance systems (VSS) and intrusion detection systems (IDS), and necessary blast resistance features. Lessor obligations encompass the design and maintenance of security systems, ensuring compliance with government standards, and monitoring systems for emergencies. Specific requirements include employee and visitor access control, mitigation of areas concealing threats, and securing hazardous materials, as well as establishing clear signage. The document emphasizes a collaborative approach to assessing risks and implementing countermeasures to ensure the safety of both the facility and its occupants. It demonstrates a focused effort to enhance security protocols across leases involving VA facilities while adhering to federal guidelines and standards.
    This document serves as a guide for the acquisition of leasehold interests in real property, detailing the requirements and instructions for prospective offerors. It defines various key terms, such as "discussions," "proposal modification," and "proposal revision." The document outlines procedures for submission, modification, and withdrawal of proposals, emphasizing the need for paper submissions unless otherwise specified. It specifies conditions under which late proposals may be considered, including requirements for acceptable evidence of mailing and receipt. Furthermore, the document addresses the restriction of data disclosure, emphasizing that any proprietary data must be clearly marked and is meant for evaluation purposes only. Lease awards will be based on proposals yielding the best value, with the Government retaining the right to reject any or all bids if deemed necessary. Offerors must be registered in the System for Award Management (SAM) prior to award and maintain this status throughout contract performance. Lastly, compliance with the Federal Acquisition Supply Chain Security Act is mandated, prohibiting the inclusion of certain restricted articles or sources in proposals. Overall, the document establishes a comprehensive framework for the leasing proposal process, ensuring transparency, compliance, and proper evaluation of submissions.
    The document outlines general clauses related to the acquisition of leasehold interests in real property under federal guidelines. Key sections include definitions, performance obligations, payment terms, standards of conduct, labor standards, small business participation, cybersecurity provisions, and dispute resolution. Clauses such as subleasing and assignment, inspection rights, maintenance responsibilities, and compliance with applicable laws are emphasized. The document also details the government's rights in case of default by the lessor, payment protocols, and necessary safety provisions regarding hazardous materials. Overall, it serves as a comprehensive guide for parties involved in government leases, ensuring adherence to federal regulations, prompt payment procedures, and maintaining ethical standards in contract engagements. This structure aims to facilitate transparency and legal compliance in government contracts while protecting interests of both the lessors and the government.
    The Lessor's Annual Cost Statement is a document utilized by the General Services Administration (GSA) to determine the annual costs associated with rentals of federal properties. It is structured in two main sections: the Estimated Annual Cost of Services and Utilities (Section I) and the Estimated Annual Cost of Ownership Exclusive of Capital Charges (Section II). Section I breaks down various service costs such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance categorized for the entire building and specific rented areas. It requires detallized estimates of expenses including salaries, utilities, supplies, and contract services. Section II focuses on property ownership costs, including real estate taxes, insurance, lease commissions, and operational management expenses. The purpose of this document is to ensure that rental charges align with prevailing market rates and to provide a comprehensive financial overview for government leasing decisions. The Lessor is required to sign and certify that the submitted costs are accurate estimates. This process aids in the government’s assessment of fair market value and facilitates effective management of public resources in alignment with federal regulations and procedures.
    The document outlines wage determinations and regulations for building construction projects in Saginaw County, Michigan, under General Decision Number MI20250097. It highlights compliance with the Davis-Bacon Act, noting minimum wage requirements dictated by Executive Orders 14026 and 13658 based on contract dates. For contracts effective January 30, 2022, or renewed thereafter, a minimum wage of $17.75 per hour applies, while contracts awarded before that date but not renewed require a minimum wage of $13.30. The document includes a detailed table of prevailing wage rates for various construction trades, including rates and fringe benefits for workers such as asbestos workers, electricians, laborers, and operators, each classified with specific duties. Additionally, it provides guidance for contractors on employee rights, paid sick leave, and procedures for wage determination appeals, ensuring proper classification and compensation adheres to federal standards. This information is critical for contractors seeking federal grants or state/local RFPs, as compliance with labor standards promotes fair wages and worker protections in governmental construction contracts.
    The document is a Request for Lease Proposals (RLP) related to a lease for the Saginaw Warehouse. It outlines important confidentiality measures concerning the Physical Security Design Standards Data Definition, which is restricted for official use only. The RLP emphasizes that only authorized personnel directly involved in the VA contract can access these documents, requiring them to sign a Confidentiality Certificate and obtain approval from the VA Project Manager. Furthermore, contractors must implement appropriate precautions to prevent unauthorized disclosure. The document includes a specific RLP number, contract number, and sections for the contractor's name, signature, title, and contact information. Overall, this RLP serves as a framework for soliciting lease proposals while ensuring sensitive information remains protected throughout the process.
    This Request for Proposal (RFP) document from Network Contracting Office 10 seeks to gather proposals from offering entities for an undisclosed project. It establishes the importance of accurate information submission, with incomplete documentation potentially rendering proposals non-responsive. The document requests critical details from offerers, including company name, address, tax identification number, and information about the authorized official, emphasizing the submission date and time for offers. It also asks for the size status of the offering entity, noting designations such as Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business (SB), as well as certifications in the System for Award Management (SAM) and validation in VetBiz. The structural layout includes sections for offerer information, compliance confirmations, and a point-of-contact signature. The purpose of this document is to solicit compliant and qualified proposals while ensuring proper identification and verification of the offering entities in line with federal contracting standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1AA- Health Services Research & Development (HSR&D) Admin RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the leasing of office space for the VA Ann Arbor Healthcare System, specifically under the Health Services Research & Development (HSR&D) Admin RLP. The procurement aims to secure a facility that accommodates between 16,429 to 22,179 rentable square feet, including 90 parking spaces, with a lease term of up to 20 years and options for early termination. This initiative is crucial for enhancing healthcare infrastructure for veterans, ensuring compliance with security, accessibility, and environmental standards. Interested parties must submit their proposals by March 26, 2025, and can direct inquiries to Danielle Butler at danielle.butler1@va.gov or Theodore Posuniak at theodore.posuniak@va.gov.
    X1AA-- Detroit Michigan Vet Center Relocation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the relocation of the Detroit, Michigan Vet Center, seeking approximately 3,844 to 5,505 rentable square feet of contiguous space. The procurement aims to secure a facility that meets specific requirements for accessibility, security, and operational efficiency, providing essential services to veterans and their families. This initiative reflects the government's commitment to enhancing the quality of care and support for veterans, ensuring that the new center is equipped to deliver readjustment counseling and related services in a professional environment. Proposals are due by March 14, 2025, at 4 PM EST, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov for further inquiries.
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for a Comp & Pen clinic located in San Diego, California. The procurement aims to secure approximately 13,065 ABOA square feet of space that meets specific healthcare facility standards, including compliance with seismic safety, environmental considerations, and security requirements. This facility will play a crucial role in providing essential services to veterans, ensuring accessibility and patient-centered care as outlined in the Patient Aligned Care Team (PACT) model. Interested offerors must submit their proposals by March 31, 2025, and can direct inquiries to Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of up to 41,300 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for veterans. The facility must meet specific requirements, including being contiguous, compliant with the Americans with Disabilities Act (ADA), and equipped with 135 on-site parking spaces, while adhering to stringent technical specifications for healthcare services. This initiative aims to enhance healthcare delivery for veterans, ensuring a modern and accessible environment for various medical services. Interested parties must submit their proposals by April 3, 2025, at 1:00 PM CST, and must be registered in the System for Award Management (SAM) with a Unique Entity ID Number (UEI). For further inquiries, contact Christina Richardson at Christina.Richardson1@va.gov or Joycellyn Williams at joycellyn.williams@va.gov.
    X1DZ--Space for Lease in Northeast Philadelphia, PA for Veteran's Center RSF: 5,390 | NUSF: 3,992
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of space in Northeast Philadelphia, PA, specifically for a Veteran's Center, with a requirement of approximately 5,390 rentable square feet and 3,992 net usable square feet. The leased facility will support essential services for veterans, emphasizing accessibility, security, and compliance with federal standards, including specific room configurations and technological infrastructure. Proposals are due by March 24, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.
    X1AA- Lease for Amarillo, TX Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA square feet of office space for a Vet Center in Amarillo, Texas. The selected location must meet specific criteria, including the provision of at least 20 parking spaces (with ADA-compliant options), and must not be situated within FEMA's 1% annual chance floodplain, while also adhering to zoning, accessibility, and proximity requirements to amenities and public transport. This initiative is part of the VA's commitment to enhancing facilities for veteran services and promoting small business participation in federal contracting, with a lease term anticipated to last up to 20 years, including a firm 5-year term. Interested vendors must demonstrate SDVOSB or VOSB status and submit their responses by 5 PM CST on March 19, 2025, to the designated contacts, Dominic Mabine and Nicholas "Britt" Williams, at the provided email addresses.
    X1DB--Warren, Ohio New Replacing
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest for leasing approximately 10,000 ABOA square feet of office and medical space, along with 100 parking spaces, for an Outpatient Clinic in Warren, Ohio. The project aims to identify suitable locations that meet specific criteria, including zoning for medical use, access to municipal utilities, and proximity to amenities such as hospitals and public transport. This opportunity is particularly significant for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), as the VA may reserve the contract for qualified small businesses, with a project value estimated between $2 million and $5 million. Interested parties must submit a Capabilities Statement by March 11, 2025, and can direct inquiries to Contract Specialist Brian Walton at Brian.Walton@va.gov or by phone at 216-447-8300 x 49519.
    X1DB--501 Silver City CBOC - Succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking sources for a succeeding lease for the Silver City Community-Based Outpatient Clinic (CBOC) in New Mexico, as the current lease is set to expire on April 7, 2026. The VA intends to lease approximately 6,437 rentable square feet of space, with an occupancy requirement by April 8, 2046, and is open to considering alternative spaces that are cost-effective. This procurement is crucial for ensuring the continued provision of healthcare services to veterans in the Silver City area, with specific requirements including a single-floor layout, on-site parking for at least 45 vehicles (including ADA-compliant spaces), and locations outside the 100-year flood plain. Interested property owners or brokers must submit detailed documentation by March 24, 2025, to the Lease Contracting Officer, Misty Pham, at misty.pham@va.gov or by phone at 562-708-7191.
    X1DB--Succeeding Lease Hines Medical Research
    Buyer not available
    The Department of Veterans Affairs is seeking to lease office space for medical research in Chicago, Illinois, through a Sources Sought Notice. The procurement aims to identify potential sources for a 10-year lease that provides 1,277 rentable square feet, meets accessibility requirements, and is located outside of the 100-year flood plain. This initiative reflects the VA's commitment to exploring economically advantageous leasing options that align with its operational needs. Interested property owners or their legal representatives must submit detailed proposals, including property information and cost estimates, by March 11, 2025, at 10:00 AM CST, with inquiries directed to Contract Specialist Bernetta Dorr at bernetta.dorr@va.gov or (414) 384-2000 x40179.