Requesting Property Lease for Community Based Outpatient Clinic in Lewiston, ID /Clarkston, WA
ID: 36C24W24R0021Type: 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

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of property to establish a Community Based Outpatient Clinic in Lewiston, ID, or Clarkston, WA. The procurement requires approximately 13,895 to 14,626 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous space, with a lease term of 20 years (15 years firm), and specific requirements for parking, accessibility, and compliance with federal standards. This clinic will serve as a vital healthcare facility for veterans, emphasizing the importance of providing accessible and quality medical services. Interested parties must submit their proposals by August 20, 2025, at 4:00 PM Pacific Time, and can direct inquiries to Tim Mazzucca at tmazzucca@ppwashdc.com or Christina Wolf at christina.wolf@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Lease Proposals (RLP) No. 36C24W24R0021 from the Department of Veterans Affairs (VHA) seeks offers for contiguous lease space in Lewiston, ID, or Clarkston, WA. The RLP specifies a need for 13,895 to 14,626 ANSI/BOMA Occupant Area (ABOA) square feet within a defined geographic boundary. Key requirements include a 20-year lease term (15 years firm), 73 exclusive surface parking spaces, and compliance with various federal standards for seismic safety, accessibility, fire protection, and energy efficiency (ENERGY STAR® label). The solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due by August 6, 2025, at 4:00 PM Pacific Time and must be submitted via email in two separate volumes: Technical and Price. The RLP details pricing terms, required submittals such as financial commitments and ownership evidence, and outlines the evaluation process for award.
    The file presents the Request for Lease Proposals (RLP) NO. 36C24W24R0021 issued by the Veterans Health Administration (VHA) for leasing space in Lewiston, ID and Clarkston, WA, with offers due by August 6, 2025. This RLP is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines the proposal requirements, evaluation criteria, and lease terms. The government seeks between 13,895 and 14,626 square feet of modern, contiguous office space, along with 73 parking spaces. The lease term is specified as 20 years, including termination rights for the government after the firm period of 15 years. Key considerations involve architectural standards, security requirements, environmental compliance, including asbestos and seismic safety criteria, and neighborhood quality. Additionally, proposals must adhere to local zoning laws, with evidence required for financing and property control. The document highlights mandatory compliance aspects tied to sustainability standards per the Energy Independence and Security Act. Overall, the file serves as a structured framework for potential lessors to understand the requirements and expectations for leasing office space to support the VHA, ensuring adherence to federal regulations and operational needs.
    This government file outlines the terms and conditions for a federal lease agreement, specifically a GSA Lease Template L100, for premises to be occupied by the Veterans Health Administration (VHA). The document details critical aspects of the lease, including the premises description, rent and payment terms, lease term (firm and non-firm), and termination rights. It specifies how rent is calculated, including adjustments for operating costs, real estate taxes, and tenant improvements, and outlines the role of a broker. The file also incorporates various standards for construction, shell components, design, and post-award activities, emphasizing compliance with federal regulations. Key provisions cover definitions of terms, authorized representatives, alterations, and obligations during the lease term, such as utilities, maintenance, and environmental considerations. The document highlights the importance of timely payments, the lessor's responsibilities for property improvements, and the government's right to request alterations and terminate the lease under specified conditions. Overall, it serves as a comprehensive guide for the leasing of property to the VHA, ensuring adherence to established government protocols and standards.
    The document outlines a lease agreement between the Lessor and the United States Government, represented by the Veterans Health Administration (VHA). It stipulates the terms under which the Government will lease office and related space, detailing the premises, rent structure, and operational guidelines. Key components include payment terms for rent and operating costs, which are structured with firm and non-firm terms, alongside stipulations for tenant improvements, broker commissions, and rights for termination and renewal. The lease emphasizes compliance with standards set by the General Services Administration (GSA) and incorporates various conditions such as alterations requested by the Government, adjustment clauses for real estate taxes, and requirements for making the space accessible and usable by the Government. Overall, this lease agreement represents a structured legal framework governing the rental of real estate within the context of government operations, ensuring transparency and predefined procedures in executing the lease while addressing maintenance and operational responsibilities.
    The "PROGRAM FOR DESIGN REPLACE LEWISTON CBOC LEASE" outlines the spatial requirements for the outpatient and Patient Aligned Care Team (PACT) clinic in Lewiston, ID, projected for 2023-2024. The document details functional areas and their corresponding room quantities, net areas, and gross areas. Key departments include a lobby/reception area, PACT Clinic 1, Mental Health Clinic, Pathology and Laboratory Medicine, Pharmacy, Logistics, Police, Canteen, and Support areas. The total net area for all departments is 9,750 square feet, with a gross area of 14,625 square feet, and a total building gross square footage of 19,744, considering a net-to-gross factor of 1.35. This comprehensive plan specifies the layout and size of various rooms, from patient waiting areas and exam rooms to staff lounges and utility rooms, providing a blueprint for the facility's design and lease replacement.
    The document outlines the program for the design and replacement of the Lewiston Community-Based Outpatient Clinic (CBOC) lease in Lewiston, Idaho, managed by the Walla Walla VA Medical Center. The project is projected for the year 2023, with a midpoint in 2024. It includes detailed specifications for various functional areas within the outpatient clinic, including reception, waiting areas, patient examination rooms, mental health facilities, and support areas, accumulating a total net area of 9,750 square feet and a gross area of 14,625 square feet. The report categorizes rooms according to their functions, specifying requirements for each, such as alcoves, examination rooms, and storage areas. The design emphasizes providing a comprehensive healthcare environment aligned with the Patient Aligned Care Team (PACT) model, ensuring patient accessibility and optimal care delivery. This RFP project is pivotal in enhancing outpatient services in the region, reflecting the government's commitment to improving veterans' healthcare facilities. The document serves as a key reference for potential contractors interested in the design and construction of the new facility, establishing parameters for bids and compliance with federal standards.
    The Outpatient / PACT Clinic (265) is being outfitted across various functional areas, including Canteen Service, Pathology and Laboratory Medicine (PLM) Service, Lobby / Reception Area, Mental Health Clinic, and Patient Aligned Care Team (PACT) Clinic. The Canteen Service area (BX002) will include vending machines, dining chairs and tables, and wastebaskets. The Pathology and Laboratory Medicine (PLM) Service will equip blood specimen collection rooms (LBVP1) and a toilet/specimen collection room (TPSP1) with essential medical and sanitary supplies like blood draw chairs, phlebotomy arms, sharps disposal units, and various dispensers and fixtures. The Clinical Pathology Special Chemistry Laboratory (CL211) within PLM will be furnished with specialized lab workstations, centrifuges, microscopes, analyzers, and safety equipment like eyewash stations. The Lobby / Reception Area will feature wheelchair alcoves (SRLW1) with patient transport wheelchairs, volunteer alcoves (NCWD4) with workstations and office chairs, and reception areas (RCP03) with reception counters. Public restrooms (male, female, family/bariatric) will be equipped with ADA-compliant fixtures, changing tables, and sanitary dispensers. Waiting areas (WTPC2, WTF03) will include various seating, hand sanitizer dispensers, televisions, and decorative artwork, with family waiting areas also featuring child-friendly furniture. Patient education workstations (CLSC2) will be set up with computers and office furniture. The Mental Health Clinic will have consult rooms (OFDC1) with office furniture, computers, and therapy tools, and group therapy rooms (OPMH1) with mobile carts, stacking chairs, and video teleconferencing systems. A general storage room (SRS01) will contain shelving units. The Patient Aligned Care Team (PACT) Clinic will feature accessible height/weight stations (PEHW2) with wheelchair scales, and consult rooms (OFDC2) with workstations, sinks, and medical furniture. Exam rooms (EXPA1) will be fully equipped with medical examination tables, vital signs monitors, wall-mounted diagnostic tools, sinks, and privacy curtains.
    The document outlines equipment and furnishings needed for various functional areas within the Outpatient/PACT Clinic (265) across different rooms. It details specific items required for the Canteen Service, Pathology and Laboratory Medicine Service, Mental Health Clinic, Lobby/Reception Area, and more, specifying quantities, acquisition codes, and NSNs. Key items highlighted include vending machines, dining chairs and tables, lab equipment such as phlebotomy arms and computers, sanitization stations, and various dispensers. The listing indicates the diverse needs of the clinic, aiming to enhance operational efficiency, patient comfort, and health standards. This document serves as part of the procurement process likely associated with government funding or grants, reflecting the necessity for well-equipped healthcare facilities to provide comprehensive patient care in the outpatient setting. It stresses the importance of appropriate furnishings and medical equipment to support staff and patients alike in a clinical environment.
    The VA Leased Community Based Outpatient Clinic (CBOC) Design Narrative outlines comprehensive performance-based standards for the design and construction of VA-leased outpatient clinics. Its purpose is to consolidate governing codes, standards, references, and guidelines for these facilities. Key areas covered include general requirements such as compliance with National Fire Protection Association (NFPA) codes, Architectural Barriers Act Accessibility Standards (ABAAS), and International Building Codes (IBC), along with various ASHRAE and other industry standards. The document also details planning and design criteria, including Patient Aligned Care Team (PACT) principles and room data matrices. A substantial portion is dedicated to technical narratives, specifying requirements for site/civil work (e.g., parking, EV charging), architecture (e.g., patient accommodations, acoustics, signage, critical dimensions, millwork, doors, hardware), interior design (e.g., finishes, wall protection, window shades), mechanical systems (e.g., HVAC, humidification, air distribution), plumbing (e.g., water systems, materials), electrical (standby generators, loads), lighting (LEDs, controls), and telecommunications (cabling, pathways, and room specifications). The narrative emphasizes adherence to the most current editions of applicable codes and standards, with additional requirements taking precedence over general standards.
    The VA Leased Community-Based Outpatient Clinic (CBOC) Design Narrative outlines comprehensive guidelines for designing VA-leased CBOCs, emphasizing the importance of compliance with relevant codes, standards, and performance requirements. The document details planning and design criteria based on the Patient-Aligned Care Team (PACT) model, which aims to provide efficient, patient-centered care services to veterans. Key sections include site and architectural specifications, mechanical and plumbing systems, as well as standards for electrical and telecommunications infrastructure. Specific requirements for accessible designs ensure that facilities will cater to patients of varying needs, including those requiring accommodations for patients of size. The narrative covers technical considerations such as HVAC systems, plumbing design, electrical generation, interior finishes, and signage, ensuring a holistic approach to create functional and safe healthcare environments. Compliance with various federal standards and best practices is emphasized throughout the document, assuring that the facilities maintain high-quality care and safety for veteran populations. This comprehensive guide serves as a critical reference for architects and contractors involved in the design and construction of VA-leased CBOCs, underscoring the commitment to modernizing healthcare infrastructure while adhering to regulatory standards and requirements for patient care.
    The document, a Room Data Matrix, outlines detailed interior construction specifications for various rooms within a government facility, likely for federal or state government RFPs. It covers critical aspects such as floor, wall, and ceiling finishes, door types and hardware, mechanical HVAC requirements (including air changes and balance), and electrical and IT infrastructure. The matrix specifies finishes like Luxury Vinyl Tile (LVT) and Welded Seam Sheet Flooring (WSF), along with detailed notes on wall protection, ceiling heights, and door ratings. It also includes functional area equivalents based on ASHRAE 170 and FGI Guidelines for sound isolation, temperature, humidity, and noise levels. The document provides specific requirements for power outlets, lighting fixtures, controls, and data outlets, often emphasizing multi-level switching, dimming, and occupancy sensors. Special requirements are noted for sensitive areas like laboratories, server rooms, and secure storage, highlighting the need for compliance with specific standards and safety protocols. Overall, the document serves as a comprehensive guide for contractors and designers to ensure consistency, functionality, and regulatory compliance in the facility's interior construction.
    The document is a comprehensive Room Data Matrix for a healthcare facility detailing specifications for various rooms, including interior construction, mechanical systems, electrical requirements, and IT specifications. Each room is identified by a name, such as "Biomedical Repair Shop," "Exam Room," or "Consultation," and entries include data on flooring, wall finishes, ceiling heights, HVAC requirements, power outlets, and lighting controls. The guidelines align with FGI (Facility Guidelines Institute) standards to ensure compliance with health and safety regulations. Key points include the required finishes for different room types, specific HVAC cooling and heating specifications, sound isolation standards, and particular safety and environmental concerns, especially in areas like biomed storage and procedure rooms. Emphasis is placed on maintaining proper air balance, lighting types, and occupancy sensors to enhance energy efficiency. Additionally, the document includes notes on mechanical, electrical, and architectural features tailored to each functional area, aiming to create a safe, efficient, and compliant healthcare environment. The overall focus is on adhering to federal and state guidelines while ensuring that the facility meets the operational needs of healthcare services and provides a comfortable environment for patients and staff.
    This government file outlines the detailed specifications for Information Transport Systems (ITS) within Community Based Outpatient Clinics (CBOC) for the Department of Veterans Affairs. It covers design templates, equipment room layouts, and telecommunications room requirements, including specific floor space needs based on facility size (e.g., 1-rack TR for 3,001-6,000 sq. ft., 2-rack TR for 6,001-10,000 sq. ft.). The document also specifies power distribution, cooling capacities (e.g., 5KW for a 1-rack TR, 7KW for a 2-rack TR), and environmental considerations for these spaces. Detailed equipment specifications are provided for copper and fiber cabling, patch panels, and various racks and cabinets, including their dimensions and load capacities. Work area outlet configurations and power distribution schematics are also included, emphasizing redundant power sources and adherence to industry standards like TIA-EIA-568-C.2-10.
    The document outlines the specifications and design guidelines for the Community-Based Outpatient Clinic (CBOC) information transport systems, prepared by the Department of Veterans Affairs. It details the infrastructure necessary for telecommunications within healthcare facilities, including floor plans, equipment requirements, and installation standards. Key components include structured cabling systems, copper and fiber patch panels, power distribution units, and rack layouts designed to support various IT equipment and telecommunication needs. The design emphasizes the need for redundant power sources, proper cable management, and cooling systems to ensure optimal operating conditions. It also specifies the requirements for telecommunications rooms, including space allocation based on facility size and the number of necessary equipment racks. The guidelines aim to facilitate efficient network connectivity, promote safety and regulatory compliance, and enhance the quality of healthcare services provided to veterans through modernized facility infrastructure. This document serves as a crucial resource for contractors responding to government RFPs by providing comprehensive guidelines that align with federal standards and operational efficiency expectations in healthcare settings.
    The RLP No. 36C24W24R0021 Appendix B outlines comprehensive janitorial and site management services for a leased clinic space. The lessor is responsible for furnishing all supplies, materials, machinery, supervision, and labor to provide complete janitorial services, ensuring a clean, neat, and attractive appearance. Emphasized is the use of ecologically packaged, environmentally beneficial, and recycled cleaning products that are phosphate-free, non-corrosive, non-flammable, and fully biodegradable, minimizing harsh chemicals. Janitorial staff must undergo background checks, wear uniforms and ID badges, and a supervisor must always be on-site. The document details specific daily, weekly, monthly, quarterly, semi-annual, and annual cleaning tasks for all areas of the clinic, including patient care areas, restrooms, and offices. It also specifies requirements for waste and recycling, excluding hazardous and pathological waste, and mandates pest control using Integrated Pest Management techniques. Furthermore, the lessor is responsible for total building maintenance, including structural integrity, exterior care, utilities, and essential electrical systems. This encompasses tasks such as lawn care, snow removal, HVAC maintenance, and quarterly airflow reports for specialized rooms. Exterior cleaning tasks are also detailed, ensuring the premises maintain a clean and attractive appearance.
    The RLP No. 36C24W24R0021 document outlines the requirements for janitorial and site management services at a leased clinic. The Lessor must provide comprehensive janitorial services, ensuring that environmentally safe supplies and materials are used while adhering to The Joint Commission’s standards. Services must maintain a clean and safe clinical environment without disturbing operational activities, with work scheduled primarily from 3:30 PM to 10:00 PM. Janitorial staff must undergo background checks, wear identification badges, and adhere to specific safety protocols, especially when handling potentially hazardous conditions. The document emphasizes the necessity of regular cleaning schedules, including daily, weekly, monthly, quarterly, and annual tasks for different areas within the clinic. Additionally, the Lessor is responsible for maintaining the building's overall conditions, including landscaping, snow removal, and ensuring compliance with building codes. The purpose of this document is to establish clear expectations for cleanliness and maintenance as part of government contracts, ensuring quality health care environments compliant with federal standards.
    This government file outlines comprehensive security requirements for Facility Security Level II (FSL II) as part of federal government RFPs, federal grants, and state and local RFPs, primarily for Department of Veterans Affairs (VA) facilities. It details site and structure security criteria, facility entrance security, interior security, security systems, security operations, and cybersecurity measures. Key aspects include prominent federal facility signage, minimized concealment areas through landscaping, and restricted vehicle access points. Blast resistance for windows, facades, and structures is mandated, with specific material and design requirements. Employee and visitor access control, including electronic systems and ID verification, is crucial. The document emphasizes the installation and maintenance of Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS), along with duress alarms and emergency power. Cybersecurity focuses on prohibiting Lessor BACS from connecting to federal networks, incident response, and implementing cyber protection measures like strong encryption and regular antivirus scans. The Lessor is responsible for developing a Facility Security Plan and a Construction Security Plan. Costs are categorized as 'Shell' (Lessor's obligations) or 'TI' (Tenant Improvements).
    The document outlines the security requirements for federal facilities, specifically those operated by the Department of Veterans Affairs (VA), under the Facility Security Level II (FSL II). It delineates protocols around pricing for security measures as part of rental rates and tenant improvements, requiring provisions like video surveillance systems and intrusion detection systems. Key concepts include the categorization of "critical areas" and "sensitive areas," which must be secured to prevent significant adverse consequences on facility operations and privacy of patient information. Specific criteria cover site security features such as landscaping, vehicle access points, lighting, and signage, as well as structural security measures such as blast resistance for windows and walls. The requirements also dictate the creation of a Facility Security Plan, establish cybersecurity protocols for system integrity, and emphasize the prohibition of federations’ connection to building access control systems. Overall, the document serves to enhance operational security in VA facilities, ensuring comprehensive protocols for both physical and cybersecurity. It underscores the importance of collaboration with lessors to develop and maintain security measures essential for protecting personnel and sensitive data.
    The GSA Template 3516 outlines provisions for acquiring leasehold interests in real property, focusing on proposal submission, modification, and evaluation processes. Key definitions are provided for terms like “discussions,” “proposal modification,” and “proposal revision.” It details rules for submitting proposals, including conditions for late submissions and acceptable evidence of mailing or receipt. The document specifies how offerors can modify, revise, or withdraw proposals and emphasizes the importance of clear identification of any deviations from stated requirements. Provisions for restricting disclosure and use of data within proposals are also detailed. The lease award section explains that awards will be based on best value, outlines conditions for proposal rejection (including unbalanced pricing), and permits the disclosure of certain information in post-award debriefings. Additionally, the document covers requirements for parties executing the lease, procedures for serving protests, guidelines for facsimile proposals, and mandates registration in the System for Award Management (SAM) with a unique entity identifier. It also incorporates provisions related to the Federal Acquisition Supply Chain Security Act, requiring offerors to represent compliance or disclose any non-compliant covered articles or sources.
    The document outlines the acquisition process for leasehold interests in real property, detailing instructions for offerors, including definitions of key terms, submission protocols, and requirements for proposal modifications. It emphasizes the significance of adherence to timelines and allows for late proposals under specific conditions. Proposals must comply with government forms and be signed, detailing the submission's requirements for individuals, partnerships, and corporations. It addresses the leasing award process, stating that the best value proposal will be selected, and permits the government to reject or amend proposals to foster competitive bidding. Moreover, it discusses data confidentiality for proposals and the necessity for offerors to be registered in the System for Award Management (SAM) to maintain compliance. The document also mandates adherence to the Federal Acquisition Supply Chain Security Act, prohibiting the use of certain covered articles in contracts. Overall, this guidance is designed to streamline the federal solicitation and contracting process while ensuring legal and operational integrity.
    The GSA Template 3517B,
    The document outlines the General Clauses related to the Acquisition of Leasehold Interests in Real Property by the Government under federal regulations. It includes a comprehensive list of clauses ranging from definitions, subletting and assignment, and default by lessor to performance obligations, payment procedures, and compliance with labor standards. Each clause specifies the rights and obligations of both the lessor and the government, defining expectations for maintenance, alterations, inspection, and financial transactions. Key issues addressed include conditions for lease assignment, procedures for handling defaults, and adherence to laws related to labor and conduct. The document is structured to ensure clarity in governmental leasing processes, emphasizing accountability, ethical conduct, and compliance with regulatory requirements. It is a critical framework intended to provide guidance and oversight for lease agreements, ensuring transparency and efficiency in federal contracting practices related to real estate management.
    The document acts as a placeholder or an error message for a PDF viewer that is unable to display the intended content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting provided links. Additionally, it offers further assistance with Adobe Reader through another link. The document also includes trademark information for Windows, Mac, and Linux, indicating that it is a standard message for inaccessible PDF files, commonly found in government documents that often use PDF format for official communications like RFPs or grant applications.
    The document encountered issues in displaying its content, indicating that it may not contain relevant information for analysis. The inability to access the proper contents suggests that essential details concerning federal government RFPs, grants, or state and local opportunities cannot be extracted. Consequently, without substantive content, a thorough summary or analysis is unfeasible. Users may need to upgrade their PDF viewer to access the document and obtain the necessary insights related to government procurement and grant opportunities. The essence of the intended document likely revolves around federal and state funding solicitations, aimed at organizations seeking financial support for various projects, but this cannot be confirmed due to technical difficulties in viewing the file.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a critical document for federal government Request for Lease Proposals (RLPs) and existing leases. It requires lessors to provide detailed estimates of annual costs for services, utilities, and ownership, ensuring rental charges are consistent with prevailing market rates. Lessors must itemize costs for cleaning, heating, electricity, plumbing, air conditioning, elevators, and miscellaneous services, distinguishing between the entire building and the Government-leased area. The form also mandates reporting ownership costs such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. This comprehensive cost breakdown enables the Government to determine the fair market value of leased space and ensures transparency in lease agreements. The form emphasizes accurate computation of rentable areas and adherence to GSA policies for acquiring space.
    The Lessor's Annual Cost Statement is a critical document for property owners bidding on government lease proposals. It requires detailed estimates of annual costs related to services and utilities provided as part of rental agreements for government-leased spaces. The statement includes sections for cleaning, heating, electrical, plumbing, air conditioning, and maintenance costs. It mandates an accurate calculation of the total rentable area and distinguishes between costs for the entire building and specifically for government-occupied spaces. The form compels lessors to itemize expenses, aiding the General Services Administration (GSA) in determining fair market values for rental spaces. Additionally, it includes calculations for real estate taxes, insurance, and maintenance reserves, which are essential for assessing the total cost of ownership, excluding capital charges. The documented procedures emphasize transparency and competitiveness in government leasing, aligning with federal policies on fair rental practices. Overall, it serves as a comprehensive guide for lessors to provide necessary financial information for government leasing evaluations.
    The GSA's Prelease Fire Protection and Life Safety Evaluation form (GSA Form 12000, Rev. 5/2011) outlines requirements for evaluating proposed office spaces for federal government leasing. It mandates two parts based on floor level: Part A for spaces below the 6th floor, completed by the Offeror or representative; and Part B for spaces on or above the 6th floor, completed by a professional fire protection engineer. Both parts require compliance with building and fire codes, including NFPA 101 Life Safety Code. Part A covers general building information, fire sprinkler and alarm systems, exit signs, emergency lighting, and elevators with yes/no questions. Part B requires a detailed narrative report from a licensed fire protection engineer, including a comprehensive evaluation of the entire building, addressing fire safety conditions, deficiencies, and corrective actions, and is valid for five years. The form emphasizes the importance of fire safety, egress, and operational fire protection systems to ensure the safety of federal occupants.
    The document outlines the prelease fire protection and life safety evaluation for office buildings, administered by the General Services Administration (GSA). It delineates two parts: Part A for spaces below the 6th floor, requiring completion by the Offeror or their representative, and Part B for spaces on the 6th floor or higher, necessitating assessment by a licensed professional engineer. Both parts must adhere to the latest building and fire codes, with a focus on compliance and safety. Part A includes a series of short questions about building information, fire protection systems (automatic sprinklers and alarms), emergency lighting, and means of egress, validating the offered space's safety standards. Part B involves a detailed report filling gaps highlighted in Part A, including thorough assessments of fire safety, egress provisions, and potential hazards affecting the building. This documentation is a prerequisite for government leases, emphasizing necessary compliance and corrective actions to meet safety requirements. Together, these parts aim to ensure that all offered spaces for government use meet stringent fire safety standards and codes before acceptance.
    The document outlines seismic compliance requirements for federal lease proposals (RLP No. 36C24W24R0021), focusing on pre-award and post-award submittals. Offerors must confirm seismic compliance with RP 8 standards using various forms, completed and stamped by a licensed engineer. Form A is for Benchmark Buildings, Form B for other existing buildings, and Form D for exemption claims based on building size or seismic zone. If a building doesn't meet standards, Form C, Part 1 commits to retrofitting using ASCE/SEI 41, while Form C, Part 2 applies to new construction. Post-award, Forms E and F certify compliance for retrofitted or new buildings, respectively. The document also defines key terms such as Engineer, ASCE/SEI 31, ASCE/SEI 41, Seismic Certificate, and RP 8, providing instructions and criteria for each form to ensure safety and regulatory adherence.
    This file outlines the requirements for seismic compliance for federal lease proposals, specifically under RLP No. 36C24W24R0021. It details a series of forms (Forms A-F) to be completed by the Offeror or their engineer to ensure buildings meet the recommended seismic safety standards (RP 8). Forms A and B pertain to certificates for benchmark and existing buildings, respectively, confirming compliance with seismic safety levels. Form C is used for commitments regarding retrofitting existing buildings or for new construction, necessitating proper documentation and adherence to safety objectives. Form D allows offers to claim exemptions based on building characteristics and seismicity. Following lease awards, Forms E and F certify the compliance of retrofitted and new buildings, respectively, with seismic standards. The document concludes with definitions pertinent to the evaluation process, emphasizing the importance of licensed engineers and relevant building codes to ensure safety and structural integrity. This structured approach guides offerors in demonstrating compliance with federal seismic safety mandates prior to government acceptance of leased buildings.
    The General Decision Number ID20250107, effective June 6, 2025, outlines prevailing wage rates and labor standards for building construction projects in Kootenai and Nez Perce Counties, Idaho. It supersedes ID20240107 and excludes single-family homes and apartments up to four stories. The document emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts subject to the Davis-Bacon Act. Contracts entered into on or after January 30, 2022, or renewed thereafter, require a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour. The wage determination also incorporates Executive Order 13706 for paid sick leave. It details prevailing wage rates and fringe benefits for various construction trades, including Bricklayers, Carpenters, Electricians, and Laborers, and explains the identifiers for union, weighted union average, and survey rates. The document concludes with the appeals process for wage determinations, directing inquiries to the Wage and Hour Division of the U.S. Department of Labor.
    The document outlines wage determinations for building construction projects in Kootenai and Nez Perce Counties, Idaho, pertaining to contracts governed by the Davis-Bacon Act. It emphasizes the required compliance with minimum wage rates as stipulated by Executive Orders 14026 and 13658 based on contract dates. For contracts executed or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour if not renewed. The wage determination compares rates and fringe benefits for various construction classifications including bricklayers, carpenters, electricians, and laborers, detailing both standard rates and fringe compensation. Furthermore, the document outlines a procedure for appeals regarding wage determination decisions and emphasizes the employee protections under applicable Executive Orders. This wage determination is crucial for ensuring that contractors meet federal labor standards in construction work funded by government contracts, reinforcing worker protections across state and federal undertakings.
    General Decision Number WA20250003, effective June 6, 2025, sets prevailing wage rates for building construction projects in Asotin County, Washington. It outlines minimum wage requirements for contracts subject to the Davis-Bacon Act, differentiating between those covered by Executive Order 14026 ($17.75/hour for contracts after January 30, 2022) and Executive Order 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document specifies wage rates and fringes for various trades including Insulators, Bricklayers, Carpenters, Electricians, Engineers, Ironworkers, Laborers, Painters, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It also details procedures for adding unlisted classifications and the appeals process for wage determinations, emphasizing worker protections and compliance with federal labor standards.
    The document outlines General Decision Number WA20250003, effective June 6, 2025, covering construction wages in Asotin County, Washington. It specifies wage rates for various classifications of workers under the Davis-Bacon Act, including stipulations regarding Executive Orders 14026 and 13658 on minimum wage and paid sick leave. For contracts starting or renewed after January 30, 2022, workers must be paid at least $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour if not extended. The document provides detailed wage listings for various construction roles, such as bricklayers, electricians, and laborers, detailing base rates and fringe benefits. It also outlines the appeals process for wage determination decisions and contextualizes labor classifications under state and federal regulations. This information is pivotal for ensuring compliance in government-funded construction projects, supporting fair labor practices in alignment with federal laws. The document also emphasizes the need for contractors to submit requests for new roles if they arise during project execution.
    The provided document, "TENANT IMPROVEMENTS COST SUMMARY (TICS) Version Oct. 2024," is a comprehensive government file designed for federal, state, and local RFPs, specifically for tracking and estimating costs related to tenant improvements (TI) and shell construction. It outlines a detailed breakdown of costs across various construction divisions (Masterformat CSI System Elements, Div 1-33), including materials, labor, and associated fees such as General Contractor Fee, Architectural & Engineering Fees, and Lessor's Project Management Fee. The document emphasizes the distinction between TI costs, which transform a shell into a usable space, and shell costs, which define the base building condition. It also introduces Building Specific Amortized Capital (BSAC) for security-related improvements. The file serves as a guide for accurately pricing construction projects, ensuring compliance with established lease agreements and pricing guides like the GSA Pricing Desk Guide.
    The document outlines the comprehensive Tenant Improvement Cost Summary (TICS) process, which details the budgeting and estimating framework for federal government renovation projects. It categorizes costs into various divisions, including General Requirements, Concrete, Masonry, HVAC, and Electrical, among others. Each division includes sections for material descriptions, quantities, unit costs, labor rates, and total costs, emphasizing the inclusion of all relevant subcontractor costs. The TICS is crucial for determining the total price to the government, with additional considerations for fees associated with architectural, engineering, and project management. Building Specific Amortized Capital (BSAC) estimates for security enhancements are also incorporated, ensuring comprehensive financial evaluation. The document clarifies that Shell and Tenant Improvements (TI) costs must adhere to established definitions, outlining the specifics of what constitutes a complete shell condition versus the required tenant improvements. Overall, this procedural guide seeks to ensure accurate and systematic estimates for renovation projects essential to federal RFPs and grants, aiming to promote transparency, fiscal responsibility, and adherence to regulatory standards in project execution. The format is designed for clear input and seamless calculation across various project parameters to support effective decision-making.
    The document, titled "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlines the regulations and requirements for offerors contracting with the U.S. government regarding telecommunications and video surveillance equipment and services. This includes federal government RFPs, federal grants, and state and local RFPs. It references Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which prohibits executive agencies from procuring or extending contracts for equipment or services that use 'covered telecommunications equipment or services' as a substantial or essential component or critical technology. The document specifies that offerors must declare whether they will provide or use such equipment or services and, if so, provide detailed disclosures including the entity that produced the equipment, a description of the equipment/services, and an explanation of its proposed use. It also directs offerors to check the System for Award Management (SAM) for excluded parties.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," essential for government contracts in compliance with the John S. McCain National Defense Authorization Act. It mandates that contractors (referred to as Offerors) disclose whether they provide or use covered telecommunications equipment or services, defined as equipment from specific entities deemed a risk to national security. The Offeror must indicate their compliance status, conducting a "reasonable inquiry" to ascertain their use of such equipment. A significant prohibition arises from Section 889, barring government agencies from engaging with contractors using these covered services as core components. It instructs Offerors to review the System for Award Management for any exclusions and provides detailed disclosure guidelines if they affirm their involvement with covered services or vendors. These measures enhance oversight and accountability in procurement processes, particularly concerning security-sensitive technologies, ensuring that government expenditures do not inadvertently support potentially harmful entities.
    The provided government file, characterized by repetitive pairings of "LESSOR: _______ GOVERNMENT: _______", appears to be a highly truncated or placeholder document. Its main topic revolves around the contractual relationship or interaction between a "LESSOR" and the "GOVERNMENT." Given the context of federal government RFPs, federal grants, and state/local RFPs, this file likely represents a foundational or template document for agreements where a lessor provides assets or services to a government entity. The repetitive nature suggests either a listing of multiple such agreements or an incomplete template indicating the need for specific details to be filled in. Without further information, the document primarily serves as an acknowledgment of a relationship between a lessor and the government, lacking any specific terms, conditions, or project details. Its purpose is to establish the parties involved in what would typically be a more comprehensive contractual or grant-related agreement.
    The document comprises a repetitive structure listing various lessors and governments without specifying details about each entity or project. It appears to be a template or record format used in federal and local procurement processes, likely intended for recording responses to requests for proposals (RFPs) or grants. Key aspects include the engagement and roles of lessors and government entities involved in potential contracts. The absence of specific identifiers or project information suggests that it is a form meant for further completion with pertinent details regarding contractual agreements or procurement opportunities in government contexts. The document's purpose likely revolves around organizing potential government partnerships and leasing arrangements pertinent to executing federal or state-funded projects. It serves as a foundational piece for tracking submissions and responses in RFP, grant, and contract processes, emphasizing the systematic approach to managing government procurement activities.
    Standard Form 330 (SF330) is a crucial document for Architect-Engineer (A-E) firms seeking federal contracts, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Its purpose is to gather professional qualifications, enabling federal agencies to select highly competent firms based on demonstrated expertise and other criteria. The form is divided into two main parts: Part I, "Contract-Specific Qualifications," details the proposed team, key personnel resumes, and relevant example projects for a specific contract. Part II, "General Qualifications," outlines the firm's overall capabilities, including employee disciplines, experience profiles, and average professional services revenues. Agencies use this information, along with performance evaluations and interviews, to identify qualified firms and negotiate contracts. The instructions emphasize adherence to agency-specific guidelines and the importance of concise, accurate submissions, ensuring a standardized and transparent selection process for A-E services.
    The document outlines the ARCHITECT-ENGINEER QUALIFICATIONS Standard Form 330, utilized by federal agencies to gather professional qualifications from architect-engineer firms for contract selection as mandated by federal regulations. It emphasizes the importance of public announcements for A-E services and the evaluation process based on firms' competencies. The form is structured into two parts: Part I, which details qualifications for specific contracts, and Part II, which captures general qualifications of a firm. Part I includes sections for contract information, key personnel resumes, and past project examples, thereby aiding agencies in assessing potential contractors' suitability. Specific instructions guide the submission of information related to the project and personnel involved. Part II allows firms to maintain a record of their qualifications at agency offices, promoting ongoing consideration for contracts without the need for public announcements. The entire process aligns with federal acquisition policies, ensuring transparency and the selection of qualified firms at reasonable prices for federal projects. Sufficient detail and adherence to instructions are essential for effective submission to meet agency requirements.
    The "CONTRACTOR'S QUALIFICATIONS AND FINANCIAL INFORMATION" form (OMB Control Number: 3090-0007) is a comprehensive document from the U.S. General Services Administration (GSA) designed for contractors to submit detailed organizational, financial, and operational data. This form is essential for federal government RFPs, grants, and state/local RFPs, allowing the GSA to assess a contractor's financial responsibility and capabilities. It covers general information like business type, taxpayer ID, and ownership; financial aid and debt details, including federal delinquencies; extensive financial statements (balance sheet and income statement); banking and finance company information; principal merchandise or raw material supplier details; and construction/service contract history. The form also requests information on bonding coverage and any past denials or failures to meet subcontractor claims, ensuring a thorough evaluation of a contractor's stability and reliability.
    The document provides a comprehensive framework for contractors applying for federal contracts by detailing their qualifications and financial information. It is structured into several sections: general information about the organization, government-related debt and financial obligations, financial statements, income statements, banking details, principal merchandise or raw material suppliers, and details regarding current contracts and job history. Key points include the requirement for contractors to disclose their organizational structure, taxpayer ID, and financial health, including assets and liabilities. There is a focus on past financial responsibilities, such as bankruptcy or legal judgments. Further, the document emphasizes the need for financial statements, and an overview of current and past government financing and contracts is required. This form is integral to assessing the eligibility and reliability of contractors bidding on federal RFPs and grants, thus ensuring that the government engages financially stable and responsible businesses. Furthermore, it aligns with regulations under the Paperwork Reduction Act, mandating clarity and thoroughness to minimize the burden placed on contractors. Overall, this document aims to establish a clear and informed basis for the procurement process within the federal government.
    The document outlines the Department of Veterans Affairs (VA) Past Performance List of References and Questionnaire forms, essential for federal government RFPs. The 'Past Performance List of References' form requires offerors to provide details for up to five past contracts, specifying whether they were VA contracts or non-VA contracts and the status of any submitted Past Performance Questionnaires (PPQ). The 'Past Performance Questionnaire Form for VA' is a two-part document. Part I, completed by the offeror, details contractor information, general work performed, contract specifics, references, and a project description, including key personnel and subcontractors. Part II, completed by the reference, verifies contract details, describes their role, and evaluates the contractor's performance across various categories such as quality, schedule, customer satisfaction, management, cost, and safety. Performance is rated using a scale from 'Exceptional' to 'Unsatisfactory,' with 'Not Applicable' also available. The form concludes with an overall rating, a rehire recommendation, and a comments section for detailed feedback. This comprehensive process ensures a thorough evaluation of an offeror's past performance to assess future project risk.
    The document outlines the requirements for submitting a Past Performance Questionnaire (PPQ) as part of the Vendor Application process for the Department of Veterans Affairs (VA). It provides a structured form that offers guidance for contractors to report their previous performance on contracts, distinguishing between VA and non-VA contracts. Key sections include contractor information, project descriptions, and references, along with evaluations on various performance criteria, including quality, timeliness, customer satisfaction, management, financial management, safety, and overall performance summary. Contractors are rated on a scale from Exceptional to Unsatisfactory, promoting a thorough assessment of their history. Each section requests specific details such as contact information, project scope, financial details, and a narrative review to provide context regarding strengths and weaknesses. This process is essential for ensuring that potential contractors meet the standards required by the VA, fostering accountability and effectiveness in future project engagements. The document ultimately serves as a critical tool for the VA in evaluating and selecting contractors based on their past performances.
    RLP No. 36C24W24R0021, Exhibit No. 17, the "Broker Commission Agreement," contains sensitive information not publicly available on SAM.gov. Offerors interested in submitting a proposal for this Request for Lease Proposals (RLP) must directly request this exhibit via email. The request should be sent to VA's authorized broker representatives—Tim Mazzucca, Hunter Powell, and Lindsey Stegall—with the subject line "Request for Exhibit No. 17 – RLP No. 36C24W24R0021." After verifying the requester's legitimate business need, the Lease Contracting Officer’s designee will provide the exhibit as a separate attachment outside of the SAM.gov platform. This process ensures secure distribution of confidential RLP materials.
    This document pertains to Request for Lease Proposals (RLP) No. 36C24W24R0021, specifically focusing on the Broker Commission Agreement. It contains sensitive information not available on SAM.gov, so offerors interested in submitting proposals must email designated VA broker representatives: Tim Mazzucca, Hunter Powell, and Lindsey Stegall, using the specified subject line to request Exhibit No. 17. Upon confirming the requester’s business need for this information, the Lease Contracting Officer’s designee will provide the necessary details in a separate attachment. This process underscores the secure handling of sensitive data associated with government leasing proposals and ensuring that only authorized individuals gain access to crucial information pertaining to the broker commission structure.
    RLP No. 36C24W24R0021, an amendment to a Request for Lease Proposals by the Department of Veterans Affairs for an Outpatient Clinic in Lewiston, ID/Clarkston, WA, modifies the deadline for offers. The new due date for proposal submissions is August 20, 2025, at 4:00 PM Pacific Time. This amendment, signed by Deborah Greer, Lease Contracting Officer, clarifies the revised timeline for interested offerors.
    The Department of Veterans Affairs has issued an amendment to the Request for Lease Proposals (RLP) for the Lewiston, ID/Clarkston, WA Outpatient Clinic (RLP No. 36C24W24R0021). The key change in this amendment is the extension of the due date for offers, which is now set for August 20, 2025, at 4:00 PM Pacific Time. This modification to the timeline allows interested parties additional time to prepare their proposals. The amendment is officially acknowledged by Deborah Greer, the Lease Contracting Officer, reflecting the government's intent to facilitate the leasing process for the outpatient clinic. The document concludes with spaces for signatures from both the government official and the offeror, ensuring proper documentation and acknowledgment of the amendment. Overall, the purpose of this amendment aligns with standard practices in government requests for proposals, ensuring clarity and compliance for potential offerors.
    RLP Amendment No. 2 addresses questions from prospective offerors regarding the Department of Veterans Affairs Outpatient Clinic in Lewiston, ID/Clarkston, WA. Key questions pertain to whether electric charging infrastructure, exterior signage, and the generator are considered Shell or Tenant Improvement (TI) costs, with responses directing offerors to the RLP and attachments. The amendment clarifies that a perimeter fence requirement will be determined during the design phase and that a Phase 1 environmental assessment is not required in the initial package. It also specifies that the most current codes, including ASHRAE 170 (2021), should be used, rather than the 2008 version. Finally, the amendment explicitly states that medical gas is not required in this facility, contrary to some Facility Guidelines Institute (FGI) recommendations for outpatient facilities.
    Similar Opportunities
    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.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    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 Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    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.
    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.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.
    X1DB--New Maryville CBOC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    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.
    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.