RLP Solicitation: Eastside Urgent Care & Ancillary Services, East El Paso, TX (New Lease)
ID: 36C24W24R0056Type: 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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a new lease for an Eastside Urgent Care and Ancillary Services facility in El Paso, Texas. The project requires a minimum of 39,000 square feet of usable space designed to accommodate various clinical operations, including an Infusion/Dialysis Clinic and Behavioral Health support, with a focus on optimizing space utilization and ensuring compliance with federal regulations and VA technical standards. This facility is crucial for consolidating urgent medical services for the dense veteran population in the area, aiming to enhance healthcare delivery while reducing costs associated with external community providers. Interested parties must submit their proposals by March 3, 2025, and can contact Ginger A. Coburn at ginger.coburn@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov for further information.

    Point(s) of Contact
    Ginger A. Coburn
    ginger.coburn@va.gov
    Jeffrey R. Deering
    jeffrey.deering@va.gov
    Files
    Title
    Posted
    The El Paso VA Healthcare System is seeking to lease a minimum of 45,000 square feet of space for a new Urgent Care and Ancillary Services Clinic in East El Paso, Texas. The facility must comply with federal regulations, ADA requirements, and VA technical standards. Key specifications include a functional design for clinical operations, appropriate utility connections, and modern construction standards. The facility requires various spaces such as waiting areas, examination rooms, offices, and support services, totaling over 39,000 square feet of usable clinical space. Essential infrastructure such as security systems, emergency power sources, and communication networks must be integrated. The lease will cover utility costs and maintenance by the lessor, ensuring the clinic maintains a clean and safe environment in compliance with health standards. The project emphasizes the need for strategic parking arrangements, including approximately 100 parking spaces with ADA accessibility. The establishment of this clinic is part of a broader commitment to enhancing healthcare services for veterans, ensuring both operational efficiency and adherence to safety regulations throughout the facility's design and functionality.
    The document outlines solicitation provisions for the acquisition of leasehold interests in real property under federal guidelines. It includes essential instructions for offerors, definitions of key terms, and details on proposal submission processes, including amendments, modifications, and late proposals. Offerors must acknowledge receipt of amendments and follow strict submission protocols, including providing evidence for any late submissions and instructions for revising proposals. The evaluation criteria focus on the best value for the government, with requirements for compliance with equal opportunity regulations for contracts exceeding $10 million. Specific regulations ensure that proposals are accepted or rejected based on their compliance and potential risks associated with pricing. Additionally, the document emphasizes the need for offerors to be registered in the System for Award Management (SAM) before contract awards, outlining the necessary information for registration. There are also stipulations regarding proposals located in 100-year floodplains and the required documentation for various business entities providing proposals. Overall, this document serves to guide offerors in the proposal process, ensuring compliance with federal acquisition regulations while promoting efficiency and clarity in submission and evaluation practices.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property as per federal government standards. It specifies various clauses related to definitions, management of leases, obligations of lessors and the government, payment terms, compliance with laws, small business considerations, and cybersecurity requirements. Key provisions include the rights of the government to sublet, the responsibilities of lessors regarding property maintenance, inspection rights, and default conditions. Payment procedures highlight requirements for invoicing and prompt payment guidelines, alongside clauses addressing equal opportunity and anti-kickback measures. The purpose of these clauses is to provide a structured framework for lease agreements, ensuring compliance, protecting governmental interests, and promoting ethical conduct within contracts. This document serves as a foundational guide for federal RFPs and grants, setting forth clear expectations and responsibilities for both lessees and lessors.
    The document outlines the delineated area boundaries for the Eastside El Paso Urgent Care and Ancillary Services project, dated February 6, 2025. It specifies the geographic limits of the project, which are defined as follows: to the north, Montana Ave/180; to the east, Loop 375; to the south, I-10; and to the west, Airway Blvd back to Montana Ave/180. The area is visually represented in a map with gold lines indicating the delineated area within blue lines. This information is crucial for stakeholders involved in the planning, funding, or service provisions related to healthcare services in Eastside El Paso, emphasizing clear geographic boundaries to ensure targeted healthcare delivery and resource allocation. The delineated areas play a fundamental role in identifying service locations and supporting compliance for future federal grants and RFPs in the region.
    The document outlines the Wage Determination relevant to the Service Contract Act for federal contracts in Texas, specifically addressing wage and fringe benefit requirements for various occupations. The existing minimum wage rates, dictated by Executive Orders 14026 and 13658, are detailed: contracts after January 30, 2022, must compensate workers at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90 per hour. Numerous occupations with corresponding wage rates are listed, categorized under administrative support, automotive services, food preparation, healthcare, and technical positions, among others. Additionally, the document specifies that all occupational categories offer fringe benefits, including health and welfare, paid vacations, and holiday observances. Importantly, guidelines for conformance procedures for unlisted job classifications and reimbursements for uniform expenses are also provided, ensuring compliance with labor regulations. This information is paramount for contractors working on federal projects to ensure fair compensation and benefits for employees, while also adhering to federal labor standards in local and state RFPs.
    The El Paso VA Health Care System (EPVAHCS) is seeking to establish a new Urgent Care Center and additional specialty clinics to better serve the dense veteran population in Eastside El Paso. This new facility aims to reduce costs associated with sending veterans to community providers by consolidating urgent medical services, including an Infusion/Dialysis Clinic and Behavioral Health support, into one location. The agency plans to have the center operational by the second quarter of FY26, prioritizing existing spaces to minimize construction expenses. Key requirements include 39,000 square feet of usable space, with a design focused on shared clinical and administrative areas to optimize space utilization. Security level assessments and IT infrastructure are also emphasized, alongside necessary amenities such as patient and staff restrooms. Parking facilities for 100 vehicles are required, along with considerations for public transportation accessibility. To facilitate the project, the EPVAHCS identified potential constraints related to budget and resources, seeking assistance from the General Services Administration for furniture acquisition and IT services. Additionally, agency representatives will engage in collaborative workshops to finalize design plans, ensuring the facility effectively meets the needs of veterans in the community while adhering to government standards.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, which is a compliance requirement for offerors in federal contracting. It emphasizes the prohibition established by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This law restricts government agencies from procuring equipment and services involving "covered telecommunications equipment or services," primarily aimed at preventing risks associated with national security. The offeror must declare their use or provision of such equipment, completing specific representations and disclosures based on their answers. Definitions relevant to the restricted equipment and procedures for checking excluded parties in the System for Award Management (SAM) are included. Offerors responding affirmatively regarding the use of covered services must furnish detailed information about the equipment, including origin, descriptions, and intended use. This document serves as a critical legal and compliance framework for agencies and contractors, ensuring adherence to national security regulations in the procurement process.
    The document is an information collection form (GSA 1217) utilized by the General Services Administration (GSA) for Request for Lease Proposals (RLP) regarding government leasing agreements. It includes a Paperwork Reduction Act statement indicating compliance with federal reporting requirements. The file is structured into sections that capture essential cost details related to services, utilities, and building ownership. Section I estimates the annual costs for services provided by the lessor, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous expenses. Section II focuses on ownership costs separate from capital charges, detailing real estate taxes, insurance, building maintenance, lease commissions, and management costs. Lessor certification at the end verifies the accuracy of provided cost estimates. The document aims to ensure that leasing costs are consistent with community standards, ultimately assisting the government in determining fair market value for leased spaces. This reinforces GSA's protocol for transparent and accountable leasing practices as part of federal and local government contracting efforts.
    The document outlines the General Services Administration's (GSA) Request for Lease Proposals (RLP) procedures for leasing federal space. It specifies the required information from potential lessors, including building details, space breakdown, rental rates, and construction costs. Key sections include building conditions, rent components such as shell rent and operating costs, and compliance with fire safety and accessibility standards. Additionally, the form addresses potential cost-free offers, commissions, and the offeror's identification. Important considerations also involve the building's energy efficiency ratings and seismic safety. The purpose of this RLP is to facilitate the government in acquiring suitable leased space, ensuring compliance with multiple requirements while streamlining the proposal process for interested offerors. Overall, this document serves as a structured template for assessing and securing lease proposals from various property owners.
    This document outlines the terms and conditions of a lease agreement between the Lessor and the United States Government, represented by the General Services Administration (GSA). It states that the lease will commence upon execution and details the responsibilities of both parties regarding the leased premises, which includes office space and parking rights at a specified location. Key components include the lease term options, renewal rights, and rent calculations based on various factors such as tenant improvements and operating costs. The Lessor is obligated to maintain and manage the space in accordance with Government standards while the Government retains rights for alterations and improvements. The document also covers adjustments in rent for operating costs, real estate taxes, and other fees, as well as provisions for termination and novation in case of ownership changes. Overall, this lease serves as a formal agreement outlining the shared responsibilities and expectations between the Government and the property owner, ensuring compliance with regulations and effective use of the premises for Government functions.
    The document outlines a Request for Lease Proposals (RLP) from the Department of Veterans Affairs (VA) for leasing office space in Eastside El Paso, Texas, under RLP No. 36C24W24R0056. Proposals must be submitted by March 3, 2025, with specific instructions for compliance to ensure consideration for award. The U.S. Government seeks approximately 39,000 square feet of modern, accessible office space, featuring specific security, accessibility, and environmental criteria, alongside designated structured and surface parking. The lease will run for 20 years, with a firm term of 10 years. Key factors include neighborhood amenities, public transportation access, and detailed requirements related to environmental safety, accessibility, and security measures. Offers must include a completed lease proposal package, pricing terms, and relevant documents, highlighting the necessity for efficient space layout and compliance with various federal standards, including energy efficiency. The process prioritizes historic properties, potentially providing price preferences based on historical qualification criteria. The document serves as a comprehensive guide for bidders to prepare proposals that align with VA's needs while adhering to federal regulations and priorities in sustainability and safety.
    The VA/VHA Request for Lease Proposals (RLP) No. 36C24W24R0056 is soliciting offers for a lease of 39,000 square feet of space in Eastside El Paso, Texas. Proposals must be submitted by March 3, 2025, at 2:00 p.m. Central Time and will be evaluated based on specific requirements outlined in the RLP. The preferred location is within a designated area and must meet various quality and accessibility criteria, including modern construction standards and amenities like parking and public transit access. The 20-year lease includes a 10-year firm term and stipulates the Government's option to terminate with prior notice. Additionally, accessibility, fire safety, environmental considerations, and energy efficiency standards are critical for compliance. Offerors are required to submit a detailed pricing structure alongside their proposals, covering costs associated with tenant improvements and security measures. The RLP emphasizes stringent evaluation criteria, with a preference for historic properties and compliance with regulations such as the National Historic Preservation Act. Overall, this document highlights the VA's commitment to maintaining high standards in its leasing processes, ensuring safety and accessibility for its facilities.
    The GSA Form 12000 outlines the prelease fire protection and life safety evaluation requirements for office buildings. It consists of two parts: Part A, to be filled by the Offeror for spaces below the 6th floor, and Part B, requiring a professional engineer for spaces on or above the 6th floor. The evaluation assesses compliance with local building and fire codes, focusing on fundamental safety criteria, including exit routes, fire alarm systems, exit signage, and the presence of automatic fire sprinkler systems. Specific questions must be answered regarding building features, occupancy types, and safety systems, including their maintenance compliance with relevant NFPA standards. Part B requires a detailed narrative report by a licensed fire protection engineer, documenting any deficiencies and corrective actions needed. The form emphasizes the importance of both fire protection assessments and compliance to ensure safety for government-occupied spaces, reflecting the federal government's standards for critical infrastructure safety within RFP contexts.
    The document outlines security requirements for federally leased facilities classified as Security Level IV. It details necessary measures for facility entrances, lobbies, public and non-public areas, critical systems, and site security to protect against potential threats. Key enhancements include managing foot traffic, implementing robust access control systems, incorporating blast-resistant measures, and ensuring proper screening of visitors and mail. The Lessor must collaborate with the Government to establish a Design Basis Threat (DBT) specific to the facility, addressing unique risk factors. Requirements also cover the installation of security systems such as intrusion detection and video surveillance, ensuring constant monitoring and adequate emergency responses. Emphasis is placed on controlling access to sensitive areas and securing critical systems, with appointed procedures for visitor ID, sign-in protocols, and the handling of HAZMAT materials. The document underscores the importance of maintaining strict confidentiality regarding security plans and building information. Overall, it conveys the Government's commitment to establishing a secure environment for its operations through a comprehensive, detailed approach to facility security compliance.
    The U.S. Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for leasing 39,000 ABOA square feet of medical clinic space in Eastside El Paso, Texas, intended for urgent care and ancillary services. The lease is set for a term not exceeding 20 years, with a 10-year firm term followed by a soft term. The designated area for the lease is bordered by specific streets in El Paso, and the initiative is open to small businesses, particularly Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, registered at the VA’s certification site. Interested parties must respond by November 5, 2024, providing various details such as property ownership, location maps, zoning information, and suitability for the intended use. Key requirements include the space being on one floor, accessible for emergency services, compliant with federal regulations, and located near vital amenities and public transport. The VA will not incur costs related to this notice, and submissions will help determine potential preferences for small business considerations. Overall, this effort reflects the VA's commitment to enhancing healthcare access for veterans through strategic partnerships and facility solutions in the El Paso region.
    Similar Opportunities
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking to lease 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 be compliant with the Americans with Disabilities Act (ADA) and local building codes, providing various health services, including primary care and mental health, while ensuring significant parking availability and adherence to stringent technical specifications. This initiative is crucial for enhancing healthcare services for veterans, emphasizing patient privacy and accessibility. Interested parties must submit their proposals by 1:00 p.m. CST on March 20, 2025, and should contact Lease Contracting Specialist Christina Richardson at Christina.Richardson1@va.gov for further details.
    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.
    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.
    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 space in Northeast Philadelphia, PA, specifically for a Veteran's Center, with a requirement of approximately 5,390 rentable square feet and 3,992 net usable square feet. The leased facility will support essential services for veterans, emphasizing accessibility, security, and compliance with federal standards, including specific room configurations and technological infrastructure. 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 information.
    X1DB--Burlington, VT Outpatient Clinic minimum of 40,671 to a maximum of 43,577 of ANSI/ABOA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a new outpatient clinic facility in Burlington, Vermont, under Request for Lease Proposal (RLP) No. 36C10F24R0015. The facility must provide between 40,671 and 43,577 ANSI/ABOA square feet of compliant space, adhering to modern construction standards and various federal regulations, including energy efficiency and accessibility requirements. This initiative is crucial for enhancing healthcare services for veterans in the area, ensuring they receive quality outpatient care in a well-equipped environment. Proposals are due by March 21, 2025, and interested parties should contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov for further information.
    X1DB--Cheshire County, NH 29,700 to a maximum of 32,400 ANSI/BOMA NTE 37,260 RSF
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of office space in Cheshire County, NH, specifically for a Community Based Outpatient Clinic (CBOC). The procurement aims to secure between 29,700 and 32,400 ANSI/BOMA square feet of contiguous space in a modern facility that meets federal standards for healthcare environments, including accessibility and security requirements. This initiative is part of the VA's commitment to enhancing healthcare services for veterans, ensuring that the facility is equipped to provide comprehensive outpatient care. Interested parties must submit their proposals by February 19, 2025, with a pre-bid conference scheduled for January 9, 2025. For further inquiries, contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov.
    X1DB--Port St. Lucie, Fl. Outpatient Clinic (OPC) 142,811 ANSI/BOMA
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for leasing approximately 142,811 ABOA square feet of outpatient clinic space in Port St. Lucie, Florida, as part of its initiative to enhance healthcare services for veterans. The procurement aims to identify potential sources and locations for the outpatient clinic, with a maximum allowable space of 160,662 RSF, and a lease term that may extend up to 20 years, supported by an annual budget authorization of $5,775,000. Interested parties are encouraged to submit detailed proposals that include estimated price ranges, with key evaluation factors including location, technical qualifications, and past performance. Responses are due by February 21, 2025, and inquiries can be directed to Patti Restrepo at Chartwell Enterprises via email at patricia.restrepo@chartwellenterprises.com or by phone at (202) 997-7025.
    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--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.
    E1PC--U.S. DEPARTMENT OF VETERANS AFFAIRS (VA) IS SEEKING EXPRESSIONS OF INTEREST (EOI) TO ACQUIRE LAND RENO/SPARKS NV, FOR A HOSPITAL/MEDICAL CENTER
    Buyer not available
    The U.S. Department of Veterans Affairs (VA) is seeking expressions of interest (EOI) for the acquisition of land in Reno/Sparks, Nevada, intended for the establishment of a new hospital or medical center. The VA aims to secure a parcel of land between 30 to 50 acres, ideally contiguous, located within 10 to 15 miles of the current VA facility, to enhance healthcare services for veterans. This initiative is part of the VA's broader strategy to improve healthcare infrastructure, ensuring that modern medical facilities are accessible to those who have served. Interested parties must submit their EOIs electronically by February 24, 2025, to Realty Specialist Marianne Marinucci at marianne.marinucci@va.gov, with additional inquiries directed to her phone at (202) 632-5468.