X1LZ--Saginaw Parking - Succeeding Lease
ID: 36C25025R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Parking Lots and Garages (812930)

PSC

LEASE/RENTAL OF PARKING FACILITIES (X1LZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease to secure 80 reserved surface parking spaces in Saginaw, Michigan, as part of its upcoming parking lease expiration. The lease will be awarded to the lowest priced technically acceptable offeror, with a firm term of 20 years commencing on April 1, 2025, or upon acceptance of the space. This procurement is crucial for ensuring adequate and secure parking facilities for the Aleda E. Lutz VA Medical Center, with proposals due by March 7, 2025. Interested parties can contact Leasing Contract Specialist Lisa Newlin at lisa.newlin@va.gov or by phone at 317-697-9786 for further details.

    Point(s) of Contact
    Lisa NewlinLeasing Contract Specialist
    (317) 697-9786
    Andrew (Dan) Seaman
    lisa.newlin@va.gov
    Files
    Title
    Posted
    The document is a Request for Lease Proposals (RLP) from the Veterans Affairs (VA) for securing 80 reserved surface parking spaces in Saginaw, MI, due by March 7, 2025. It outlines the proposal submission process, eligibility criteria, and specific requirements for the lease, which will be awarded to the lowest priced technically acceptable offeror. The lease term is set for a firm 20 years beginning on April 1, 2025, or upon space acceptance, ensuring secure and appropriately lit parking facilities. Key components include the prohibition of offers from properties within or adjacent to a 1-percent-annual-chance floodplain, details on proposal content (including GSA forms and security requirements), and the necessary documentation for submission. The proposal process allows for electronic submissions via email, emphasizing confidentiality until a lease is awarded. Overall, the RLP outlines a structured approach to procure essential parking space while ensuring compliance with federal guidelines and requirements, vital for government contracting and operational efficacy.
    The Department of Veterans Affairs (VA) issued a Combined Synopsis/Solicitation Notice regarding the upcoming expiration of its parking lease in Saginaw, Michigan, which encompasses 80 parking spaces at 1500 Weiss, due to terminate on March 31, 2025. The VA is open to considering alternative parking options within a designated area if they offer economic advantages. Evaluation criteria will include the cost-effectiveness of relocating and the proximity of alternative locations to the Aleda E. Lutz VA Medical Center. If no satisfactory alternatives are identified, the VA plans to pursue a sole-source lease renewal with the current lessor under GSA regulations for succeeding leases. The notice outlines necessary considerations for proposals, referring to several attached documents that provide detailed requirements and clauses for the lease proposal. Contact information for key personnel, including a Leasing Contract Specialist, is included for interested parties. This notice serves to inform potential lessors about upcoming opportunities related to parking space leases in line with VA's operational needs and compliance with federal regulations.
    The document is a U.S. Government Lease for real property, designated as Lease Number 36C25025L0008. It outlines the terms and conditions for leasing premises, specifically detailing the rental for parking spaces, which includes an 80-space surface parking lot. The agreement specifies that rent will be payable in arrears and establishes conditions for the lease duration, termination, and renewal rights. Key sections identify the responsibilities of both the offeror, who must comply with the terms of the Request for Lease Proposals (RLP), and the government, which must accept the premises and manage rental payments. Essential terms indicate the annual rental rates and conditions for necessary improvements and security requirements, which vary based on lease specifics and local regulations. The document underscores the structured leasing process and compliance standards needed for government contracts, highlighting the importance of formal submissions in federal and local RFPs. Overall, the lease serves as a binding agreement contingent on acceptance by an authorized government member.
    The document details the Supplemental Lease Requirements for Lease No. 36C25025L0008, establishing guidelines between the lessor and the government regarding leased premises. Key sections address definitions, construction standards, tenant improvements, and utilities. Significantly, it specifies that the leased space must be free of asbestos and hazardous materials, reaffirming compliance with environmental laws. Construction specifications demand that all work complies with safety codes and that fire safety systems, such as automatic sprinkler and alarm systems, meet national standards. The Lessor is responsible for ensuring that the space and common areas are accessible to individuals with disabilities and that their occupancy plans align with federal guidelines. Rental terms are defined as service-inclusive, covering all costs associated with maintenance and utilities. Importantly, the lease mandates adherence to emergency preparedness, including occupant emergency plans. The document also outlines security requirements and the necessity of incorporating energy efficiency measures per the Energy Independence and Security Act. Overall, this file serves as a comprehensive framework for establishing responsibilities and standards in federal lease agreements, vital for ensuring operational and safety compliance in government facilities.
    The document outlines procedures and requirements for the solicitation and acquisition of leasehold interests in real property by the U.S. government. It specifies definitions relevant to offerors, including discussions, proposal modifications, and revisions. It mandates that proposals be submitted in prescribed forms and signed, emphasizing the importance of timely submissions and criteria for late proposals. Conditions for acceptable modifications and proposal withdrawals are detailed, alongside stipulations for disclosure and use of proprietary data. The document asserts that the government intends to award leases based on the best value, allowing for the rejection of any or all proposals. Lease execution protocols for individuals, partnerships, corporations, or joint ventures are defined, ensuring proper representation and authority. Additionally, the necessity for registration in the System for Award Management (SAM) prior to contract award is highlighted, including steps for obtaining a unique entity identifier. Overall, this solicitation document is essential for ensuring compliance in lease negotiations within the framework of government procurement processes, streamlining rules for proposal submissions, modifications, and awards, and safeguarding sensitive data against public disclosure.
    This document outlines the General Clauses for federal lease agreements, specifically designed for the acquisition of leasehold interests in real property below the Simplified Lease Acquisition Threshold (SLAT). Key clauses include definitions, maintenance responsibilities, inspection rights, and the consequences of default by the lessor. It mandates that lessors maintain properties in good condition and allows government inspections to ensure compliance with safety and health regulations. The document specifies conditions under which leases may be terminated, procedures for payment based on delivered square footage, and adherence to applicable federal, state, and local laws. It also incorporates various clauses by reference, addressing issues like safeguarding contractor information systems and compliance with equal opportunity regulations. Overall, the purpose of the document is to establish clear obligations and protections for both the government and lessors in executing lease contracts, ensuring accountability and compliance with regulatory standards while fostering fair opportunities for small businesses. The structured presentation of clauses promotes clarity in the leasing process, essential for effective government procurement practices.
    The document outlines security requirements for federal leased facilities designated as Level I. It emphasizes the need for robust access and identity control, focusing on critical areas susceptible to damage that could impact facility operations and safety. Key points include the necessity for physical access control systems at employee entrances, strict control of visitor access outside of business hours, and the secure management of critical areas like mechanical and electrical rooms. The presence of a Video Surveillance System (VSS) is mandated, along with annual testing of security systems. Additionally, there are stringent cybersecurity protocols preventing the integration of building access systems with federal IT networks, highlighting the importance of adherence to recognized cybersecurity frameworks. Overall, the document underscores the comprehensive security measures necessary to protect federal facilities and ensure the safety of the occupants, aligning with standards expected in government RFPs and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1AA- Health Services Research & Development (HSR&D) Admin RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the leasing of office space for the VA Ann Arbor Healthcare System, specifically under the Health Services Research & Development (HSR&D) Admin RLP. The procurement aims to secure a facility that accommodates between 16,429 to 22,179 rentable square feet, including 90 parking spaces, with a lease term of up to 20 years and options for early termination. This initiative is crucial for enhancing healthcare infrastructure for veterans, ensuring compliance with security, accessibility, and environmental standards. Interested parties must submit their proposals by March 26, 2025, and can direct inquiries to Danielle Butler at danielle.butler1@va.gov or Theodore Posuniak at theodore.posuniak@va.gov.
    X1LZ--36C25525Q0145 | Parking Services for R&D | STL | Sources Sought
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a Parking Services Lease for the Saint Louis VA Medical Center's Research and Development department, located at 211 N. Broadway, St. Louis, Missouri. The procurement aims to secure a five-year lease with one-year ordering periods for parking services, which must be situated within a 15-minute walking distance from the facility. This initiative is part of the VA's commitment to explore acquisition options while prioritizing small businesses, particularly those owned by veterans, in accordance with Public Law 109-461. Interested parties must submit their capabilities statements and relevant company information to Contracting Officer Aubrey Visocsky via email by 11:59 PM CST on January 28, 2025, ensuring compliance with SAM registration and the VetCert Registry for eligible businesses.
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    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.
    X1AA- Lease for Amarillo, TX Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA square feet of office space for a Vet Center in Amarillo, Texas. The selected location must meet specific criteria, including the provision of at least 20 parking spaces (with ADA-compliant options), and must not be situated within FEMA's 1% annual chance floodplain, while also adhering to zoning, accessibility, and proximity requirements to amenities and public transport. This initiative is part of the VA's commitment to enhancing facilities for veteran services and promoting small business participation in federal contracting, with a lease term anticipated to last up to 20 years, including a firm 5-year term. Interested vendors must demonstrate SDVOSB or VOSB status and submit their responses by 5 PM CST on March 19, 2025, to the designated contacts, Dominic Mabine and Nicholas "Britt" Williams, at the provided email addresses.
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of up to 41,300 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for veterans. The facility must meet specific requirements, including being contiguous, compliant with the Americans with Disabilities Act (ADA), and equipped with 135 on-site parking spaces, while adhering to stringent technical specifications for healthcare services. This initiative aims to enhance healthcare delivery for veterans, ensuring a modern and accessible environment for various medical services. Interested parties must submit their proposals by April 3, 2025, at 1:00 PM CST, and must be registered in the System for Award Management (SAM) with a Unique Entity ID Number (UEI). For further inquiries, contact Christina Richardson at Christina.Richardson1@va.gov or Joycellyn Williams at joycellyn.williams@va.gov.
    X1DB--LA Vet Center (Gardena) 10-year succeeding Lease
    Buyer not available
    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.
    X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for a Comp & Pen clinic located in San Diego, California. The procurement aims to secure approximately 13,065 ABOA square feet of space that meets specific healthcare facility standards, including compliance with seismic safety, environmental considerations, and security requirements. This facility will play a crucial role in providing essential services to veterans, ensuring accessibility and patient-centered care as outlined in the Patient Aligned Care Team (PACT) model. Interested offerors must submit their proposals by March 31, 2025, and can direct inquiries to Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DB--Succeeding Lease Hines Medical Research
    Buyer not available
    The Department of Veterans Affairs is seeking to lease office space for medical research in Chicago, Illinois, through a Sources Sought Notice. The procurement aims to identify potential sources for a 10-year lease that provides 1,277 rentable square feet, meets accessibility requirements, and is located outside of the 100-year flood plain. This initiative reflects the VA's commitment to exploring economically advantageous leasing options that align with its operational needs. Interested property owners or their legal representatives must submit detailed proposals, including property information and cost estimates, by March 11, 2025, at 10:00 AM CST, with inquiries directed to Contract Specialist Bernetta Dorr at bernetta.dorr@va.gov or (414) 384-2000 x40179.
    W065--Answers to Vendors' Questions Equipment Lease and Maintenance for Mailing, Shipment Tracking, Proof of delivery Receiving Services for Mailroom and Warehouse.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease and maintenance of mail metering machines and package tracking equipment for the Jerry L Pettis VA Medical Center in Loma Linda, California. The procurement aims to replace outdated mail systems and enhance operational efficiency, accommodating an estimated 265,000 outgoing mail items annually, with a focus on compliance with USPS standards and federal regulations. This contract, valued at approximately $40 million, includes a base year starting April 1, 2025, with four optional renewal years, and interested vendors must submit their proposals via email by March 10, 2025, to the Contracting Officer, Anette Doan, at Anette.Doan@va.gov.