X1DB--Milwaukee Vet Center Request for Lease Proposal (RLP)
ID: 36C25225R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 lease proposals for a new Vet Center in Milwaukee, Wisconsin, through Request for Lease Proposal (RLP) Number 36C25225R0008. The procurement aims to secure a facility that meets specific requirements, including a minimum of 5,200 square feet of contiguous clinical space, designed to provide a professional and accessible environment for veterans and their families. This initiative is crucial for enhancing the delivery of services to veterans, ensuring compliance with VA standards, and fostering a supportive atmosphere for care. Proposals are due by November 22, 2024, at 4 PM Central Time, and interested parties should contact Matthew Wright at matthew.wright2@va.gov or 414-844-4833 for further information.

    Point(s) of Contact
    MATTHEW.WRIGHT2@VA.GOVMATTHEW WRIGHT
    (414) 844-4833
    matthew.wright2@va.gov
    Files
    Title
    Posted
    The Milwaukee Vet Center is requesting lease proposals through Solicitation Number 36C25225R0008, with responses due by November 22, 2024, at 4 PM Central Time. The contracting office is located at the Department of Veterans Affairs in Milwaukee, WI. This RLP aims to secure a facility for the new Milwaukee Vet Center, hence the included lease template and specific agency requirements outlined in attached documents. Key attachments include details on security requirements, signage guidelines, and wage determinations for Milwaukee. The solicitation is not funded by Recovery Act funds and does not have a set-aside. Centralized contact for inquiries is Matthew Wright from the VA. The outline emphasizes the need for compliance and local specifications relevant to the Vet Center's operational needs. Overall, this notice represents a step towards improving services for veterans in the Milwaukee area by securing an appropriate facility.
    The document outlines the terms and conditions for a lease agreement between the Government, represented by the Department of Veterans Affairs (VA), and a specified Lessor. It emphasizes the formalities and requirements for executing the lease, including the signatures of involved parties and references to federal regulations such as the Paperwork Reduction Act. The lease encompasses a 20-year term, with the possibility of renewal, detailing rental payments, tenant improvement allowances, and various operational costs. Key components include specifics regarding the leased premises, such as its location, size, and intended use, along with rights to appurtenant areas like parking. The agreement emphasizes responsibilities related to tenant improvements, maintenance, and building specifications, ensuring standards are met throughout the lease duration. The document also addresses potential tax adjustments based on real estate taxes, including the government’s occupancy percentage. Overall, this lease framework provides a structured approach to leasing government property, ensuring compliance with necessary regulations while addressing the operational needs of the VA.
    The Department of Veterans Affairs seeks to lease contiguous clinical space for a new Vet Center, emphasizing the need for an aesthetically pleasing and professionally maintained environment. The facility must accommodate essential rooms and include features to enhance accessibility and safety for staff and patients, such as automatic doors, secure entrances, and advanced security systems, including CCTV and duress alarms. Room specifications detail requirements for areas such as waiting rooms, offices, and counseling spaces, ensuring they are equipped with necessary technology and soundproofing to protect patient privacy. An important focus is on maintaining a high Sound Transmission Class (STC) rating to facilitate confidentiality in counseling settings. The lease must be fully serviced, covering various amenities like janitorial services, internet access, and maintenance. Compliance with stringent VA standards and regulations is mandatory, ensuring a secure and functional environment conducive to the needs of veterans. In summary, the RFP highlights a comprehensive approach to creating a supportive, well-equipped space for veteran care services.
    The Vet Center Exterior Signage Guide, issued by the U.S. Department of Veterans Affairs (VA), establishes comprehensive standards for all external signage associated with Vet Centers. It serves as the authoritative document for signage compliance until superseded. Key directives include strict adherence to branding guidelines, local codes, and VA approval for all signage designs before fabrication. Signage applications are categorized into preferred and secondary types. The preferred design entails channel letters on a raceway while secondary options include lightbox, monument and pylon signs, and door decals. Specific color and material specifications are outlined, emphasizing the importance of visibility, readability, and consistency with VA branding. The guide mandates coordination with the Contracting Officer's Representative (COR) for installation and emphasizes the necessity of compliance with the Americans with Disabilities Act (ADA). Additionally, it requires that any installation-related damages be mitigated by the vendor within a specified timeframe. This guide aims to ensure effective and uniform representation of the Vet Center brand across various locations, supporting the VA's mission in providing services to veterans and their families.
    The document outlines requirements for room signage regarding its color coordination with paint and floor finishes. The primary focus is to ensure that signage complements the overall aesthetic of the space it is in. This reflects a commitment to harmonized design principles in government contracts, emphasizing uniformity and attention to detail in public spaces. The stipulation indicates that any signage created must take into account existing color schemes, contributing to a cohesive environment. This requirement could be part of broader specifications within federal, state, or local RFPs aimed at enhancing the visual coherence and functional appeal of facilities. Such measures often underscore the importance of visual accessibility and branded environments in public services.
    This document outlines Security Requirements Level II for facilities leased to the federal government, emphasizing the provision of safety and security measures. Key elements include access control, visitor identification, critical area security, and intrusion detection systems. The Lessor must implement high-security measures for entrances, lobby areas, and restricted zones to mitigate risks associated with sensitive government operations. Detailed specifications for landscaping, parking, and signage are included to ensure safety and security visibility. Additionally, guidelines for a Video Surveillance System (VSS) and Intrusion Detection System (IDS) are provided, specifying responsibilities for design, installation, and maintenance. The plan mandates regular security system testing and a robust response protocol for cybersecurity incidents related to Building Access Control Systems (BACS). Furthermore, a construction security plan is required to safeguard government assets during the project lifecycle. The overarching purpose is to create a secure operational environment for government agencies while ensuring compliance with federal standards.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, primarily detailing the processes and requirements for offerors participating in the RFP. Key instructions include definitions, proposal submission guidelines, amendments, and evaluation standards for lease awards. Offerors must submit proposals in accordance with prescribed formats and deadlines, with provisions for late submissions under certain conditions. Compliance evaluations are mandated for contracts exceeding $10 million, and necessary information is outlined for ensuring equitable opportunity compliance. The Government emphasizes the importance of SAM registration and unique entity identifiers prior to award. Proposals are expected to represent the best value, with an opportunity for modifications and discussions post-submission. Critical details include procedures for withdrawal of proposals, handling of unreadable submissions, and conditions regarding properties located within floodplains. Overall, this document serves as a comprehensive guideline for potential contractors engaging with federal leases, highlighting the structured process necessary for successful bidding and adherence to government regulations.
    The document outlines general clauses related to the acquisition of leasehold interests in real property for federal leases below the Simplified Lease Acquisition Threshold (SLAT). It details definitions, obligations, and rights of lessors and the government, covering maintenance of properties, inspections, defaults, payment guidelines, and compliance with laws. Key clauses include maintenance obligations by the lessor, procedures for inspecting the properties, the consequences of fire or casualty damage, and implications of default by the lessor. The document emphasizes the government's right to inspect properties, and the obligation for lessors to maintain premises in healthful conditions. It incorporates various Federal Acquisition Regulation (FAR) and General Services Acquisition Regulation (GSAR) clauses, outlining requirements for safeguarding information systems and ensuring program compliance. This structured approach aims to ensure that leases accommodate federal regulations while establishing a clear framework for responsibilities and protections for both parties involved in federal leases.
    The document outlines the representations and certifications required from offerors in the context of federal lease proposals (RFP 36C25224R0053) for acquiring leasehold interests in real property, specifically targeting small business concerns. It includes definitions and eligibility criteria for various categories of small businesses, such as economically disadvantaged women-owned and service-disabled veteran-owned small business concerns, highlighting ownership and control requirements. Key representations involve affirmations about prior contracts compliance, affirmative action program development, and regulations regarding lobbying efforts related to federal transactions. Additionally, the offeror must affirm the absence of restricted business operations in Sudan and certain transactions related to Iran, confirming no sales of sensitive technology to the Iranian government. The document also mandates the submission of a Taxpayer Identification Number (TIN) to comply with federal tax collection requirements. Overall, this form serves to ensure that businesses meet government contract eligibility criteria, emphasizing small business participation and compliance with various federal regulations.
    The GSA Form 1364 outlines a proposal to lease space in response to Request for Lease Proposals (RLP) Number 36C25224R0053. It provides a comprehensive structure for prospective lessors to present their building's specifications, including the name, address, building age, floor count, rentable space, and parking availability. The form specifies financial requirements such as annual rent, tenant improvements, and amortization details. Lease terms, including initial terms, renewal options, and conditions for tenant alterations, are crucial. Additional sections address ownership and compliance with safety, accessibility, and energy standards. The document is designed to ensure that the government's needs for space leasing are met with detailed proposals that align with regulatory standards and budgetary considerations, facilitating proper evaluation and decision-making. Overall, it emphasizes compliance, transparency, and the necessary documentation required by the government in real estate leasing opportunities.
    The Lessor's Annual Cost Statement serves as a critical document for federal lease proposals, outlining estimated annual costs for services and utilities associated with government-leased properties. It differentiates between costs for the entire building and specific leased areas, requiring detailed cost assessments for items such as cleaning, heating, electrical, plumbing, and maintenance. Each section mandates careful evaluation of the necessary services and their associated costs, ensuring they align with the prevailing rental rates in the community. The document also includes legal obligations, such as real estate taxes, insurance, and administrative expenses. The Lessor is required to certify that the costs provided are accurate estimates, affirming the transparency and accountability of expenses related to leased properties. Overall, this statement is integral for validating lease agreements and determining fair market value within the framework of federal and local government guidelines.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation process mandated by the General Services Administration (GSA) for office buildings offered for lease. It specifies the evaluation procedures that depend on the building's floor location, distinguishing between below the sixth floor (Part A) and above it (Part B). The evaluation ensures compliance with local building codes and the National Fire Protection Association's Life Safety Code regarding fire safety systems and egress requirements. Part A requires the Offeror or representative to provide detailed building information, including the building's address, the number of floors, and fire protection systems in place, such as automatic sprinklers and fire alarms. Additionally, questions assess emergency signage, lighting, and elevator safety features. The Offeror must attest to the accuracy of the information provided through a signed statement. This evaluation is critical in assuring that leased office spaces meet established fire safety standards, thus safeguarding occupants and adhering to regulatory frameworks within government contracting processes.
    The document outlines the lease security standards required for federal government facilities, detailing specifications for security measures at entrances, lobbies, common areas, and the surrounding site. It provides a structured list of security countermeasures, including employee access control, visitor access control, and interior identity verification. Each section includes unit prices for specific security enhancements categorized as 'SHELL' or 'Tenant Improvements (T.I.)', which are subject to negotiation and final design approval. The document also emphasizes safety regulations such as the placement of signage to designate government spaces, landscaping requirements, and security system maintenance. Additional components include systems for video surveillance and intrusion detection, with costs differentiated between lessor and government responsibilities. By presenting a comprehensive security framework, this document aims to ensure that federal buildings meet necessary security and operational standards while providing a clear guideline for contractors and leasing specialists to quote necessary security enhancements accurately. Overall, the purpose is to enhance facility security in alignment with federal requirements and provide necessary safeguards for both public and government use.
    The document outlines the "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment," part of federal regulations to safeguard national security. It defines key terms, including "covered foreign country" (specifically the People's Republic of China) and "covered telecommunications equipment," encompassing products from companies like Huawei, ZTE, and others deemed a threat. The main prohibition, rooted in the John S. McCain National Defense Authorization Act, restricts government procurement of systems that use such equipment or services. Exceptions are allowed for specific telecommunications services and equipment that do not access user data. Contractors are mandated to report any instances of identified covered telecommunications equipment during contract performance, with detailed reporting protocols established. The clause also emphasizes the requirement for contractors to include this prohibition in all subcontracts, ensuring comprehensive compliance across the supply chain. Overall, the document reflects the government’s efforts to mitigate risks associated with foreign telecommunications equipment and safeguard critical infrastructure.
    This document is a representation form for offerors seeking exemption from federal seismic standards, specifically RP 8. It outlines conditions under which a building may be exempted, such as location in a medium seismicity area with less than 10,000 ABOA square feet leased to the federal government or being a one-story building constructed with lightweight materials in a high to very high seismicity area with less than 3,000 ABOA square feet of space. The form requires the signature of the offeror to acknowledge compliance with the criteria for exemption. This representation is crucial for federal procurement processes to ensure that all buildings used meet appropriate safety and structural standards while allowing exceptions based on specified circumstances. Compliance facilitates the federal government's ability to execute leases efficiently while addressing seismic safety considerations.
    The provided government document appears to be a compilation of various data elements related to federal and state Request for Proposals (RFPs) and grant opportunities. Its primary focus is on the mechanisms through which various governmental entities solicit bids and applications for funding, showcasing an array of potential projects and initiatives in need of financial support. Key elements include references to competitive bidding processes, eligibility criteria for grant applications, and detailed descriptions of various projects across different sectors. The document emphasizes the importance of compliance with federal regulations and local laws while detailing the architectural, environmental, and social factors that influence project proposals. Moreover, the document likely serves as a resource for agencies, contractors, and non-profit organizations seeking to understand the landscape of federal funding opportunities, facilitating better planning and project management. The overarching theme is to promote transparency and accessibility in government contracting and grants, ultimately to foster effective public service delivery and infrastructure development while ensuring responsible resource allocation.
    The document outlines the Request for Lease Proposals (RLP) No. 36C252-25-R-0008 issued by the VA for office space in Milwaukee, WI, with a submission deadline of November 22, 2024. It details the requirements for the lease, emphasizing space specifications like a minimum area of 5,200 sq. ft. and a maximum of 7,020 sq. ft. The proposed office must be situated in a professional building, primarily on the ground floor, and equipped for accessibility. The RLP provides comprehensive instructions for potential offerors, including submission formats, eligibility criteria, and the method for proposal evaluation. Key considerations include adherence to environmental regulations, security requirements, and energy efficiency as mandated by the Energy Independence and Security Act. Offerors are advised to prepare detailed cost statements and descriptions of space viability, with emphasis on efficient layout and local accessibility. Criteria for award preferences stress energy conservation and historic property considerations. The evaluation will favor proposals offering competitive pricing, compliance with renovation requirements, and documentation of financial capabilities. A systematic process guides the selection of the successful bidder, ensuring the lease meets government standards for functionality and safety while fostering sustainability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1AA--Detroit Michigan Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the relocation of the Detroit Michigan Vet Center, requiring approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and a maximum of 5,505 Rentable Square Feet (RSF) of contiguous space. This procurement is essential for providing readjustment counseling services to veterans and their families, ensuring the facility is conveniently located and accessible, with necessary amenities and security features. Proposals are due by November 22, 2024, at 1 PM Eastern Time, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov or 317-988-1544 for further details.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The objective is to secure a modern facility that meets specific requirements for accessibility, security, and environmental standards, located within a mile of the Providence VA Medical Center. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the facility complies with federal guidelines and provides necessary services. Interested parties must submit their proposals by October 23, 2024, at 4:00 PM EST, and can contact Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or 603-624-4366 x 5831 for further information.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1DB--SAN MARCOS RLP
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking lease proposals for the San Marcos RLP project, identified by solicitation number 36C10F24R0028. This procurement is specifically set aside for Veteran-Owned Small Businesses and involves the leasing of nonresidential buildings, as categorized under NAICS Code 531120 and Product Service Code X1DB. The project is crucial for providing necessary facilities to support veterans' services, and interested contractors must submit their proposals by November 15, 2024, at 4:00 PM Eastern Time. For further inquiries, potential bidders can contact Brad Ruther, the Broker Representative, at bruther@vcre.us or 202-632-5173.
    X1DB--Junction City, KS Outpatient Clinic 42,731-47,409 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing arrangements for an outpatient clinic located in Junction City, KS, under solicitation number 36C10F24R0014. The clinic requires a space ranging from 42,731 to 47,409 ANSI/BOMA square feet, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to support veteran-specific health care needs. This procurement is crucial for ensuring that veterans have access to necessary outpatient services in a compliant and efficient manner. Interested parties must submit their proposals by December 9, 2024, at 4 PM ET, and can contact Mayra I Rosa, the Lease Contracting Officer, at mayra.rosa@va.gov for further information.
    X1DZ--VC243 Georgetown Sussex County Vet Center New Lease |(VA-24-00000101)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for a new lease for the Georgetown Sussex County Vet Center in Delaware. The objective is to identify potential sources for approximately 4,200 ANSI/BOMA Square Feet of contiguous space suitable for a Veteran's Center, with specific requirements including accessibility, dedicated parking, and compliance with building codes. This opportunity is crucial for providing necessary services to veterans and ensuring their access to care. Interested parties should submit their expressions of interest and relevant information to Lease Contract Specialist Joel Garceau at Joel.Garceau@va.gov by the deadline specified in the notice, as the government will not incur any costs associated with this notice.
    X1AA--CALIFORNIA - MURRIETA - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease related to the establishment of a Community-Based Outpatient Clinic (CBOC) in Murrieta, California. This Request for Lease Proposals (RLP) outlines the requirements and evaluation criteria for potential offerors, emphasizing the need for suitable nonresidential building space to support veterans' healthcare services. The amendment to the RLP has extended the deadline for proposal submissions to October 18, 2024, at 5:00 PM PDT, allowing additional time for interested parties to prepare their offers. For further inquiries, potential offerors can contact Edward “Teddy” Seifert at tseifert@ppwashdc.com or Raphael Fontela at raphael.fontela@va.gov.
    X1AA--CALIFORNIA - PALM DESERT - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease related to the establishment of a Community-Based Outpatient Clinic (CBOC) in Palm Desert, California. This Request for Lease Proposals (RLP) outlines the requirements for potential offerors, emphasizing the need for compliance with the specified terms to be considered for award. The leasing arrangement is crucial for providing efficient facilities to support veterans' healthcare services, reflecting the government's commitment to enhancing veterans' access to care. Proposals must be submitted by 5:00 PM PDT on October 18, 2024, and interested parties can contact Edward “Teddy” Seifert at tseifert@ppwashdc.com or Raphael Fontela at raphael.fontela@va.gov for further information.
    X1AA--West Branch VA Clinic Lease (VA-25-00008711)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 22,000 ABOA square feet of space in West Branch, Michigan, to be utilized as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations that meet specific requirements, including accessibility to public transportation and proximity to essential amenities, while ensuring compliance with federal and local government standards. Interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their responses by November 15, 2024, at 3:00 P.M. local time, and can contact Lisa Newlin at Lisa.Newlin@va.gov or Lee Grant at Lee.Grant@va.gov for further information.
    Veterans Health Administration (VHA) Seeks to Lease 25,050 ABOA sq. ft. of Lab and Warehouse Space in Boise, ID
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration (VHA), is seeking proposals to lease between 23,050 and 25,050 ABOA square feet of contiguous warehouse space in Boise, Idaho, for a warehouse mailout center and optical lab. The space must be located on a single floor, feature a minimum ceiling height of 26 feet, and include at least three loading docks, along with 32 surface parking spaces. This procurement is critical for supporting the operational needs of the VHA, ensuring compliance with federal safety, environmental, and accessibility standards, and enhancing service delivery to veterans. Proposals are due by November 15, 2024, at 5:00 PM MT, and interested parties can contact Deborah Greer at Deborah.Greer@va.gov or Teddy Seifert at Tseifert@ppwashdc.com for further information.