New Replacing for Abilene Vet Center
ID: 36C24W25R0086Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Abilene, Texas, with a requirement for a minimum of 5,189 to a maximum of 5,448 rentable square feet of medical space. The facility must be located in a quality building that complies with federal laws and regulations, including the Americans with Disabilities Act (ADA), and should be either newly constructed or recently rehabilitated. This Vet Center will provide essential readjustment counseling services to veterans and their families, emphasizing accessibility and a supportive environment. Interested offerors must submit their proposals by July 14, 2025, and can contact Dominic Mabine at dominic.mabine@va.gov or 682-256-3473 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking to lease clinical space for a new Vet Center to provide readjustment counseling services to veterans and their families. The required facility must be on the ground floor of a well-constructed, aesthetically pleasing building, easily accessible by various modes of transportation, and include designated parking for disabled individuals. The Vet Center will focus on creating a supportive environment that fosters social interaction and pride in military service. The technical specifications detail required features, including vestibules, entry control systems, restroom accessibility, reception areas, and counseling rooms, all designed to ensure privacy and comfort. The facility must also incorporate robust security measures like surveillance systems, access controls, and alarms. Construction finishes and sound management systems are specified to support the therapeutic atmosphere necessary for counseling services. Signage must adhere to VA guidelines and be visible from main roads. The document's framework ensures all standards met will prioritize veterans' needs and enhance their access to necessary support services, as part of a government RFP initiative for improved care delivery.
    The General Services Administration (GSA) has issued a Request for Lease Proposals (RLP) NO. 36C24W25R0086 for a lease in Abilene, Texas, with offers due by June 30, 2025. The Government seeks a total of 3,844 to 5,189 rentable square feet (RSF) of modern quality office space, emphasizing security features and tenant improvements. The lease entails a term of 20 years with a 5-year firm commitment and includes specific accessibility, environmental, and safety standards, as well as compliance with the Energy Independence and Security Act. Offerors must submit comprehensive proposals, including detailed pricing information and evidence of financing. The evaluation of offers will follow a structured award method focused on conforming proposals. Enhancements such as tenant improvements and security measures are incorporated into the overall rental consideration. The RLP outlines the requirements, approval processes, and factors that will influence the selection of an offeror, underlining the Government’s commitment to sustainability and compliance throughout the leasing process.
    This document outlines the terms for a lease agreement between the General Services Administration (GSA) and a Lessor for government premises. It specifies the effective date upon the signing of the lease, lease terms including duration, rental rates, and conditions for renewal. The Government leases office space for specific uses, and the Lessor must make improvements to meet compliance and operational standards. Key elements include the specified area for lease, annual rental costs based on square footage, parking provisions, and adjustments for taxes and operating costs. The document also details responsibilities for maintenance, alterations requested by the Government, and procedures for alterations during the lease. Furthermore, it emphasizes adherence to safety, accessibility, and operational standards, reflecting federal regulations and guidelines. The document is structured into sections covering premises, rent terms, alterations, tax adjustments, and general clauses, ensuring clarity and compliance with government contracting requirements. Overall, this lease agreement is designed to formalize the responsibilities between the Government and Lessor while safeguarding both parties' interests.
    The document primarily focuses on government requests for proposals (RFPs) and grants, detailing processes and requirements for state, local, and federal funding opportunities. It discusses various aspects such as eligibility criteria, application guidelines, and the strategic alignment of proposals with government priorities. Importantly, it emphasizes collaboration among stakeholders to enhance community engagement and program effectiveness. Furthermore, the document highlights the significance of adhering to compliance regulations and deadlines while ensuring transparency and accountability in the application process. Key ideas include a systematic approach to grant-writing, methods for evaluating proposals, and the necessity of data-driven decision-making. The overarching goal of the government initiatives outlined in the document is to foster innovation, support community development, and address critical social issues through effective funding strategies. This includes leveraging partnerships to maximize resources and impact. By providing a clear framework and expectations, the document serves as a comprehensive guide for organizations seeking government funding, aiming to streamline the application process and enhance project success rates.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property, specifically targeting the procedures for offerors submitting proposals to the government. It defines key terms, including discussions, proposal modifications, and revisions, while establishing clear guidelines for submitting, modifying, or withdrawing proposals. Notably, it specifies conditions under which late proposals may be accepted, emphasizing the importance of adherence to deadlines. The document also addresses the requirement for offerors to be registered in the System for Award Management (SAM) at the time of award, including the necessary details to ensure compliance. Additionally, it highlights the need for transparency regarding the disclosure of proprietary information and the proper execution of leases based on the entity type (individuals, partnerships, corporations, etc.). Crucially, the government retains the right to reject proposals that do not meet their interests and may evaluate based on the best value. Overall, this document serves as a comprehensive guideline for contractors aiming to successfully navigate the leasing acquisition process, ensuring that they meet all necessary regulatory and procedural requirements.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property by the U.S. Government, as specified in the GSA Template 3517B. It comprises various clauses that govern definitions, subletting, inspection rights, maintenance responsibilities, payment procedures, compliance with laws, and performance standards. Key clauses include the Government's right to sublet spaces, the default conditions for lessors, prompt payment requirements, and adherence to labor standards. The document highlights procedures for inspections, delivery and conditions for leased spaces, and the handling of alterations. Importantly, it emphasizes ethical standards in contracts, cybersecurity measures, and compliance with federal regulations to ensure integrity in contractor relationships. The goal is to ensure that leasing agreements meet governmental standards, responsibly manage public resources, and uphold legal obligations. Overall, the clauses provide a structured framework to facilitate efficient leasing practices and protect the rights and responsibilities of both the Government and lessors.
    The document is currently inaccessible and does not contain readable content. The message indicates that the PDF viewer may require an upgrade to display the document correctly. Therefore, no key ideas, main topics, supporting details, or any structural details can be extracted or summarized. Without any available information from the file, a meaningful summary that complies with the RFP, federal grants, and state/local RFPs context cannot be provided. Further assistance may be necessary to access the document content for a proper analysis and summary.
    The document outlines the requirements for a representation regarding the use of certain telecommunications and video surveillance services or equipment by government contractors. It specifies that the "Offeror" must disclose whether they provide or use covered telecommunications equipment or services as part of their offerings to the government. The representation is influenced by Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring equipment that utilizes covered services that could jeopardize national security. Key elements include definitions of pertinent terms and instructions for completing forms indicating compliance with these prohibitions. Offerors must review a list of excluded parties and provide detailed disclosures about any covered equipment or services if applicable. The document stipulates that the Offeror must sign and return the form along with necessary information to comply with government accountability efforts in telecommunications. Overall, the purpose is to ensure that entities do not engage in contracts that involve potentially harmful technology while maintaining necessary transparency in their offerings to the government.
    The Department of Veterans Affairs has issued an amendment to a Request for Lease Proposal (RLP) designated as 36C24W25R0086. This amendment specifically extends the due date for offers from June 30, 2025, at 4:00 PM CST to July 14, 2025, at 4:00 PM CST. The amendment indicates that, aside from this change, all other terms and conditions of the original document remain unchanged and effective. The amendment is signed by Nicholas Williams, the Leasing Contracting Officer, confirming the extension of the deadline. The file also notes the absence of a supplementary document titled 'SOLICITATION-DESCRIPTION,' which may contain additional details relevant to the RLP. This amendment serves to inform potential offerers of the new submission deadline while maintaining compliance with existing procurement procedures within the federal government framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1DB--Notice of Intent to Sole Source, Fort Worth TX Rental of Space
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 177,230 ABOA square feet of laboratory and clinic space in Fort Worth, Texas, as part of its initiative to establish a new outpatient facility. This procurement aims to secure a location that meets specific requirements, including being contiguous on the ground floor, not located in a 100-year floodplain, and zoned appropriately for VA use, with a lease term of up to 20 years. The selected space will play a crucial role in continuing to provide essential outpatient care, as the current lease expires on September 30, 2030. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit detailed property information and compliance evidence by 5:00 PM EST on December 16, 2025, to the primary contact, Jamie F. Thompson, at james.thompson23@va.gov.
    X1DB--AUSTIN TX Succeeding Lease Ad/EOI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 233,894 ABOA square feet of laboratory and clinic space in Austin, TX, for a term of up to 20 years. This procurement aims to ensure the continuation of vital outpatient care at the existing Austin Outpatient Clinic, with specific requirements including 1,278 parking spaces, contiguous ground floor space, and compliance with zoning and flood plain regulations. The delineated area for submissions is strictly defined, and alternative spaces will be considered if they are economically advantageous. Interested parties must submit detailed property information and compliance evidence by December 16, 2025, at 5:00 PM EST, with specific certifications required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). For further inquiries, contact Jamie F Thompson, Supervisory Realty Specialist, at james.thompson23@va.gov.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 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 various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    Yukon, OK CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of 22,155 to 26,586 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses and aims to provide expanded healthcare services for veterans, including primary care, mental health, and various specialty services. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025, and the anticipated lease commencement date is November 15, 2026. Interested parties can contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Veterans Affairs, Department Of
    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.
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    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.