X1DB--LA Vet Center (Gardena) 10-year succeeding Lease
ID: 36C24W25R0049Type: 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)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for the LA Vet Center located in Gardena, California. The procurement aims to secure a clinical space that is accessible, well-maintained, and suitable for providing various counseling services to veterans and their families, with specific requirements for building specifications, safety standards, and tenant improvements. This opportunity is critical for enhancing the support services available to veterans, ensuring compliance with federal regulations, including fire safety, seismic safety, and accessibility standards. Interested parties should contact Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345 for further details, with proposals due by March 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for leasing a clinical space for a Vet Center by the Department of Veterans Affairs. The intended space must be contiguous, accessible, and located in a quality, well-maintained building, primarily on the ground floor to accommodate various counseling services for veterans and their families. Key features include easy transportation access, ample parking (including for disabled individuals), communal areas for social interaction, and exhibit areas showcasing veteran memorabilia. The lease is required to follow stringent service specifications, encompassing janitorial, security, and connectivity services. Detailed construction specifications are provided for multiple areas within the Vet Center, such as the entrance, lobby, restrooms, offices, counseling rooms, kitchen, and telecommunications room. Requirements include accessibility features, soundproofing, advanced security systems (video monitoring, intrusion detection), and specific finish materials that align with therapeutic environments. Additionally, sound transmission and masking features are mandated to ensure privacy in counseling sessions. Overall, the document is a structured proposal aimed at securing a facility tailored to effectively address the readjustment needs of veterans, showcasing the government’s commitment to providing support and resources for this community.
    The Vet Center Exterior Signage Guide by the U.S. Department of Veterans Affairs outlines the standards and requirements for exterior signage related to the Vet Center brand. This guide serves as the definitive authority on signage until further updates are issued. Key specifications include compliance with local codes, prohibition of color alterations, and mandatory VA approval for all designs before installation. Various signage applications are detailed, prioritizing channel letters on a raceway as the preferred method, followed by lightbox designs and monument signs. Color specifications align with specific Pantone shades, ensuring uniformity and compliance with branding standards. Additionally, guidelines dictate installation procedures, including coordination with the Contracting Officer's Representative (COR) and requirements for damage repair during installation. The guide emphasizes accessibility and compliance with the Americans with Disabilities Act (ADA) for all signage. Overall, the document is crucial for ensuring that all Vet Center signage consistently reflects the brand's identity and adheres to necessary regulations.
    The Vet Center Internal Signage Guide outlines the design specifications and installation details for various types of signage to be used within the Veterans Affairs (VA) facility. The document categorizes signage into several types, including raised acrylic signs, Braille, brushed metal accents, and different acrylic panels, detailing their color, text requirements, and installation methods. Each signage type is labeled with a unique code (e.g., Type A, B, C, etc.) and includes visuals to illustrate dimensions and placement. The guide emphasizes the importance of compliance with VA policies and directives, instructing that all signage types and locations must be verified with the VA Director during the design phase. The primary purpose of the document is to ensure that all signage supports navigability and accessibility within the facility while adhering to federal regulations and improving the overall experience for veterans. By establishing clear guidelines for signage materials, styles, and implementation, the guide positions itself as a critical resource for contractors and designers engaged in VA facilities upgrades, reflecting the government’s commitment to providing a user-friendly environment for veterans.
    The GSA Template 3516A outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It provides instructions to offerors regarding proposals, modifications, and late submissions, emphasizing the necessity of compliance with specific documentation requirements. Key elements include the definitions of discussions, modifications, and revisions, as well as submission protocols, including the conditions under which late proposals may be accepted. Moreover, it stipulates the evaluation criteria for lease awards, highlighting the government’s intention to award based on best value while retaining the right to reject any proposals. The document also discusses parties required to execute the lease and the necessity of registration in the System for Award Management (SAM) prior to award. Provisions are made for confidentiality of proprietary information and guidelines for leases involving properties in floodplains. Overall, this template serves as a comprehensive guide for entities looking to submit proposals for government lease agreements, emphasizing transparency, fairness, and regulatory compliance within federal procurement processes.
    The provided government file appears to encompass various Request for Proposals (RFPs) and federal grant applications, along with state and local solicitations. The main focus is on detailing the response requirements and eligibility criteria for potential bidders. It appears to outline the necessary documentation, evaluation processes, and project objectives that applicants must adhere to for funding or contracting opportunities. Specific sections highlight compliance with federal and state regulations as critical for proposal acceptance. Emphasis is placed on clear project deliverables and timelines, underscoring the importance of financial accountability and reporting from awarded entities. The structure is methodical, guiding applicants through forms, instructions, and submissions requirements, thereby enhancing transparency in the grant allocation process. Overall, the document serves as a comprehensive guide for stakeholders engaging in government-funded projects, aiming to ensure clarity in expectations and adherence to regulatory standards while facilitating informed bidding processes. The systematic presentation mitigates confusion and promotes efficiency in the procurement and funding acquisition landscape.
    The document pertains to the ADA certification requirements necessary for offers submitted in response to a federal solicitation. It emphasizes the necessity for lessors to certify compliance with all accessibility mandates as outlined in the solicitation, with a section allowing them to specify any unmet requirements. Additionally, it includes an area for the lessor/payee to provide essential identification details, such as name, address, contact information, and signature, confirming the submission of the offer. This structure ensures clarity in identifying responsible parties and reinforces the importance of adhering to ADA standards while maintaining a contractual relationship with government entities. Overall, the document is primarily focused on establishing compliance with accessibility laws as part of the offer submission process in government contracting.
    The document outlines the security requirements for government-leased facilities at a Level II facility security level. It emphasizes the necessity of stringent security measures, including controlled access, verification processes, and restrictions on public areas. Key areas of focus include securing facility entrances, common areas, and critical zones, which require high-security measures, such as PACS and IDS systems. The Lessor is obligated to implement and maintain a comprehensive security plan, providing installation and operational support for video surveillance and intrusion detection systems while adhering to federal guidelines. Further, the document mandates the cooperation of the Lessor with the Facility Security Committee and emphasizes constructing a secure environment, including landscaping and exterior features to minimize vulnerability to threats. Cybersecurity measures are also highlighted, prohibiting connections to federal IT networks and advocating for best practices in protecting building automation systems against cyber threats. Overall, the purpose of the document is to establish clear guidelines for ensuring the safety and security of government facilities, thereby protecting personnel, assets, and information throughout the term of the lease.
    The Lessor's Annual Cost Statement is a federal document required by the General Services Administration (GSA) to estimate the annual costs associated with services, utilities, and ownership for leased government spaces. The statement outlines various categories, including cleaning, heating, electrical, plumbing, and air conditioning, detailing costs for both the entire building and the government-leased area. It further emphasizes the need for consistency with prevailing local rental charges and accurately capturing operational expenses for accurate lease proposals. The document mandates that lessors provide detailed estimates of costs associated with services and utilities essential for government operation, along with other ownership expenses such as real estate taxes and insurance. Compliance with the Paperwork Reduction Act is noted, indicating that respondents are advised to keep records of all estimations and certifications made. This structured approach facilitates the GSA’s determination of fair market value to ensure taxpayer funds are properly managed in government leasing agreements.
    This document is a Request for Lease Proposals (RLP) from the General Services Administration (GSA) aimed at securing leasing arrangements for government office space. It outlines critical lease details such as initial and operating rents, tenant improvements, and parking requirements. Financial components include shell rent calculations, operating cost bases, and any available fee schedules for architectural and engineering services. Specific considerations are addressed, including conformity to fire safety and life safety standards, as well as accessibility and seismic safety requirements pursuant to federal regulations. The proposal must specify terms of any offered free rent, free space, and renewal options. Each section captures pertinent information such as building specifications, compliance with energy efficiency standards, and the historical status of the property. The document underscores the necessity for conformity to the RLP's parameters and emphasizes that deviations can only be made with prior approval from the Lease Contracting Officer. Overall, it serves as a structured framework to facilitate the submission of comprehensive proposals for government office space leasing, ensuring adherence to regulatory and financial mandates.
    The document outlines the procedures required for a fire protection and life safety evaluation of an office building as part of the General Services Administration (GSA) prelease process. It is divided into two parts: Part A, for spaces below the 6th floor, requires completion by the Offeror or representative, while Part B necessitates evaluation by a licensed professional engineer for spaces on or above the 6th floor. Both parts focus on compliance with fire and building codes, emphasizing the necessity of automatic fire sprinkler and alarm systems, emergency exits, and life safety measures. Part A involves a series of straightforward yes/no questions regarding the building's fire safety systems, while Part B demands a comprehensive narrative that includes code violations, occupancy classifications, and assessments of fire suppression and alarm systems. The evaluation culminates with statements of compliance from both the Offeror and the fire protection engineer, establishing accountability for meeting safety standards. This document serves as a critical framework for ensuring that federal office spaces adhere to stringent safety regulations, highlighting GSA's commitment to maintaining secure work environments.
    The document titled 'EXHIBIT M' appears to be a part of a contractual agreement related to government leasing arrangements. It primarily outlines the roles and responsibilities of both the lessor and government entities within the context of federal and possibly state-level procurement processes. The format suggests a structured approach to documenting agreements, likely intended for compliance and operational effectiveness in government dealings. Although the specifics of the arrangements are not detailed in the file, it underscores the structured and formal nature typical of federal RFPs and grants, indicating a clear targeting of governmental objectives and compliance requirements. Overall, it reflects the procedural framework essential for government leasing contracts without delving into specific terms or conditions.
    The Seismic Offer Forms document outlines the compliance requirements for buildings in relation to seismic safety standards as stipulated in RP 8. It specifies that Offerors must complete various forms (A through F) to confirm compliance either through pre-award declarations or post-award certifications. Forms A and B cover benchmark and existing buildings, while Form C addresses commitments to retrofit or construct new buildings. Offerors seeking exemptions can use Form D. Post-award compliance is documented through Forms E and F, certifying that retrofitted or newly constructed buildings meet the Basic Safety Objective as per ASCE/SEI standards. Detailed definitions of key terms and standards, including the roles of licensed engineers, are provided alongside the forms. The purpose of these forms is to ensure safety and compliance in governmental leasing and construction practices by verifying that buildings meet specific seismic safety requirements, thus safeguarding public interests in federally owned or leased properties. This thorough documentation process plays a critical role in federal and state-level procurement and grant processes to align with seismic safety regulations.
    This lease agreement is established between the Lessor and the U.S. Government, represented by the General Services Administration (GSA), detailing the terms for leasing specific premises for government use. Key provisions include the obligations of the Lessor, rental structure, and maintenance responsibilities. The lease specifies the amount of space, rent rates, adjustments for tenant improvements, and options for termination and renewal. It further outlines details such as parking space provisions, utility management, and compliance with safety standards. The Government has the right to request alterations to the space during the tenancy and is granted rights to appurtenant areas, ensuring adequate operational capacity. Additionally, operational costs and real estate tax adjustments are defined, maintaining the balance between Lessor and Government responsibilities. The agreement emphasizes adherence to regulations and the necessity for compliance with environmental and safety requirements throughout the lease duration.
    The document is a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA) for a lease in Gardena, CA, with offers due by March 13, 2025. It outlines the guidelines and requirements for prospective Offerors interested in submitting proposals for leasing commercial office space. The RLP specifies details such as the space size (approximately 4,242 ABOA square feet), location within specific geographic boundaries, and lease terms, which include a 10-year initial full term with a 5-year firm termination. Key sections cover eligibility criteria, including compliance with energy efficiency standards, seismic safety, security requirements, and compliance with historic preservation laws. Offerors must conduct due diligence including environmental assessments and ensure zoning compliance. The RLP emphasizes the importance of an efficient layout and mandates a comprehensive proposal submission through the GSA's online platform. The evaluation of offers will be based on price, compliance with technical specifications, and overall value to the Government. This RLP reflects the GSA’s commitment to sustainability and safety in government leasing processes while facilitating transparent bid submissions from qualified landlords and developers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    X1DB--Gardena CBOC-Sources Sought Notification (revised terms)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Gardena, California, as part of a sources sought notification. The procurement aims to secure between 9,000 to 10,500 ABOA square feet of contiguous space to support healthcare services for veterans, with a lease term proposed for 20 years and specific requirements for accessibility, parking, and compliance with federal standards. This opportunity is critical for enhancing the VA's healthcare delivery capabilities, ensuring that veterans receive quality care in a suitable environment. Interested parties must submit their proposals by March 17, 2025, and can direct inquiries to Contract Specialist Ralph Fontela at raphael.fontela@va.gov or John Paul Niega at johnpaul.niega@va.gov.
    San Gabriel Valley CBOC Relocation
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to lease approximately 18,764 ABOA square feet of clinical space for a Community-Based Outpatient Clinic (CBOC) in the San Gabriel Valley, California. The VA requires an existing property that meets accessibility standards, security design criteria, and includes a minimum of 47 parking spaces. This opportunity is crucial for providing healthcare services to veterans in the region, and the lease term may extend up to twenty years with termination rights after five years. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their proposals by February 28, 2025, to David Andersen at the VA's Regional Procurement Office West, with further details available via email at david.andersen@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.
    X1DB--Santa Cruz CA for Medical Space
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of medical space in Santa Cruz, California, under Request for Lease Proposal (RLP) 36C24W24R0070. The procurement aims to secure between 13,000 and 15,500 ANSI/BOMA square feet of contiguous space for a Community Based Outpatient Clinic (CBOC), with specific requirements including modern construction, adequate parking, and compliance with various safety and accessibility standards. This initiative is crucial for enhancing healthcare services for veterans in the region, ensuring that the facility meets operational needs while adhering to federal regulations. Interested parties must submit their proposals by February 28, 2025, at 2 PM PT, and can direct inquiries to VA Broker David Stonehouse at dstonehouse@isiwdc.com or 559-225-6100.
    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 a space in Northeast Philadelphia, PA, specifically designated for a Veteran's Center. The required facility must encompass approximately 5,390 rentable square feet (RSF) and 3,992 net usable square feet (NUSF), accommodating essential services and amenities for veterans. This procurement reflects the government's commitment to enhancing support services for veterans, ensuring they have access to functional and secure environments. 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 details.
    Retail Space to Lease - Ventura, Ca
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 5,724 Gross Square Feet of retail space in Ventura, California, with a minimum of 5,154 Net Square Feet. The lease is intended for a military recruiting facility and requires compliance with various safety, accessibility, and environmental standards, including a focus on energy efficiency and sustainable practices. This opportunity is critical for establishing secure and efficient military recruiting offices, ensuring that the facility meets the operational needs of the armed forces. Proposals are due by March 14, 2025, at 4 PM PDT, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    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 for a Community-Based Outpatient Clinic (CBOC) in Hagerstown, MD. The procurement aims to establish a facility that meets the healthcare needs of veterans, adhering to the Patient Aligned Care Team (PACT) model and incorporating modern design standards for accessibility, security, and energy efficiency. This initiative is crucial for enhancing the delivery of healthcare services to veterans, ensuring compliance with federal regulations and quality standards. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025. Interested parties can contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov or (304) 263-0811 ext. 2033 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.
    SOURCES SOUGHT / INDUSTRY DAY: Construction of a New Critical Care Center on the VA Campus for the GLAVAHS, Los Angeles, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking industry input for the construction of a new Critical Care Center at the Greater Los Angeles Veterans Affairs Healthcare System in Los Angeles, California. The project aims to enhance medical service capabilities by constructing a 450,000-square-foot facility that includes 160 beds, operating rooms, and a data center, while also addressing seismic deficiencies and renovating existing structures. This initiative is crucial for improving healthcare infrastructure for veterans, ensuring compliance with safety and regulatory standards throughout the construction process. Interested parties can reach out to Lawrence Forde at lawrence.forde@usace.army.mil or Michael G. Robinson at michael.g.robinson@usace.army.mil for further details, with funding anticipated from the VA's FY25 President's Budget, pending congressional approval.
    X1AA--Second Notice Sources Sought Notice for New Fredericksburg Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for leasing 5,312 rentable square feet of office space for a new Vet Center in Fredericksburg, Virginia. The facility must include essential areas such as patient waiting areas, restrooms, conference spaces, and staff support, while adhering to federal accessibility standards. This procurement is crucial for providing care to VA patients in the Fredericksburg area, ensuring adequate facilities for both staff and visitors. Interested parties must submit property details, including descriptions, square footage, parking capacity, photographs, and a map confirming compliance with the designated area by February 21, 2025, to Contract Specialist Ricky Farr at Ricky.Farr@va.gov.