Request for Lease Proposal for Office Space for a Veterans Center in or around Salisbury, MD 2112 NUSF / 2534 ABOA SF
ID: 36C24526R0006Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting lease proposals for office space for a Veterans Center in Salisbury or the surrounding area in Maryland. The requirement is for 2534 ABOA SQ or 2112 NUSF. The solicitation number is 36C24526R0006, with a response date of December 14, 2025, at 4:00 PM Eastern Time. A pre-solicitation meeting will be held on October 17, 2025, at 10:30 AM to address questions regarding the proposal requirements. Interested parties can contact Tammy Buckwalter, the Leasing Contract Specialist, via email at tammy.buckwalter@va.gov or by phone at 304-263-0811 for further information or to submit questions before the meeting.
    This document, Lease No. 36C24525L0009, outlines the terms and conditions for leasing a Veterans Center in Salisbury, MD, by the Veterans Health Administration (VHA). The lease is for a period of 20 years with a firm term of 5 years, subject to termination and renewal rights. It details the premises, including rentable and net usable square feet, and appurtenant rights such as parking and telecommunications equipment space. The financial aspects cover annual rent, operating costs, and adjustments for real estate taxes and vacant premises. The document also incorporates various construction standards, general terms, and conditions, including definitions, authorized representatives, alterations, and ownership changes. It specifies requirements for labor standards, building shell components, tenant improvements, utilities, and services, emphasizing compliance with VA design guides, manuals, and current building codes, and standards. The Lessor is responsible for all costs associated with the build-out and tenant improvements.
    This government file details the Department of Veterans Affairs' (VA) requirements for leasing clinical space for a Vet Center in PG County. The lease must be fully serviced, with the lessor covering utilities, janitorial services, basic cable, guest Wi-Fi, and security system monitoring. The space design emphasizes co-location of staff offices and group rooms, with specific area requirements for various rooms like counselor offices, group rooms, lobby, restrooms, and support areas. Detailed room-specific requirements cover exterior elements (e.g., Mobile Vet Center outlet, cameras, flagpole), entrance features (e.g., power-assisted door, key control access, video intercom), and interior finishes for each area, including flooring, walls, ceilings, windows, doors, sound isolation, data, electric, lighting, safety, and key control. The document also specifies requirements for telecommunications, finishes (including cyclical repainting and flooring replacement), sound isolation (STC 45 for sensitive areas), a sound masking system, and comprehensive signage (exterior, main entry door, and interior). Security protocols mandate a Facility Security Level II, covering video surveillance, access control, an intrusion detection system, and a duress alarm system, all to be designed, installed, and maintained by the lessor. All signage must comply with the provided Vet Center Signage Guides.
    This document outlines comprehensive security requirements for Facility Security Level II (FSL II) federal facilities, encompassing federal government RFPs, federal grants, and state/local RFPs. It defines critical and sensitive areas, explains the Design-Basis Threat (DBT) for risk assessment, and details site, structure, and interior security criteria. Key measures include robust perimeter control with vehicle barriers and lighting, blast-resistant windows and facades, and secure access points for personnel and visitors. The document also specifies requirements for Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), duress alarms, and emergency power for security systems. Additionally, it addresses cybersecurity for Building and Access Control Systems (BACS), prohibiting their connection to federal IT networks and mandating adherence to DHS ICS-CERT guidance and NIST-CSF best practices to safeguard against cyber threats.
    The "Security Unit Price List (Level II)" document outlines security requirements and associated pricing for a government lease (Lease Number 36C24525L0009) in Salisbury, MD. The file details various security components categorized into facility entrances/lobby, interior government space, exterior sites, security systems, building structure, and operations/administration. Many items, such as employee and visitor access control, public restroom access, securing critical areas, identity verification, key control, signage, landscaping, parking, and cybersecurity, are "Priced in Shell," indicating they are included in the base lease cost. Specific security systems like video surveillance, intrusion detection, duress alarms, and security system design are either "Lessor Provided Design, Installation, and Maintenance" with associated costs or "Government Provided Scope, Product, Installation, and Maintenance." The document also lists costs for locking ground-floor windows and securing air intake grilles, while emergency generator protection is "Priced in Tenant Improvements." This document serves as a comprehensive price list for security measures required for the leased government facility.
    The GSA 3517B (REV 10/23) document outlines the general clauses for the acquisition of leasehold interests in real property by the U.S. Government. It categorizes 57 clauses into sections such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key aspects covered include definitions, subletting and assignment, lessor default conditions and remedies, government inspection rights, property maintenance, fire and casualty damage, compliance with applicable laws, payment terms, and various socio-economic and cybersecurity requirements. Many clauses incorporate by reference sections from the Federal Acquisition Regulation (FAR) and General Services Acquisition Manual (GSAM), with some noted as deviations. The document emphasizes the government's rights and the lessor's obligations in maintaining the leased premises, ensuring compliance, and addressing potential issues like default or changes in the lease agreement.
    The "Proposal to Lease Space" is a government form (GSA 1364) used for responding to Requests for Lease Proposals (RLPs) for federal, state, and local entities. It details building information, primary offer specifics such as rentable square footage, lease terms, and rent components like shell rent, operating costs, and tenant improvement rent. The form also covers additional financial aspects, including free rent, free space, and renewal options. Key sections address building and property information, including construction year, renovations, HVAC operations, fire safety, accessibility, asbestos, flood plain status, seismic safety, and ENERGY STAR compliance. The document concludes with sections for owner identification, offeror certification, and an addendum for step rents and renewal options, ensuring comprehensive disclosure and compliance with government leasing requirements.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors responding to federal government Requests for Lease Proposals (RLPs). It requires lessors to provide a detailed breakdown of estimated annual costs for services, utilities, and ownership, enabling the General Services Administration (GSA) to determine fair market value for leased spaces. The form is divided into two sections: Section I covers estimated annual costs for services and utilities furnished by the lessor as part of the rental consideration (e.g., cleaning, heating, electricity, air conditioning, elevators, miscellaneous expenses like building engineers and security). Lessors must provide costs for both the entire building and the government-leased area. Section II details estimated annual ownership costs, excluding capital charges, such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The document also includes instructions for calculating rentable area and completing each item, emphasizing the GSA's policy of securing leases at prevailing community rental rates. Lessors must certify the accuracy of their cost estimates.
    The 10RCS Vet Center Evaluation Factors document outlines the criteria for awarding a lease for a Vet Center, prioritizing technical requirements, past performance, and price. Technical requirements, weighted at 60%, include appropriate land use, neighborhood compatibility, access to major highways and public transportation, adequate parking, visibility, and freedom from environmental issues. It also evaluates the contractor team's qualifications in design and construction, property management, emergency clean-up plans, and occupancy dates. An
    This government solicitation outlines provisions for acquiring leasehold interests in real property, detailing instructions for offerors. It defines key terms like "discussions," "proposal modification," and "proposal revision," and sets guidelines for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions and handling unreadable facsimile proposals. The document also specifies rules for restricting disclosure of data, criteria for lease awards (emphasizing best value and the right to reject proposals), and information that may be disclosed in post-award debriefings. Additionally, it provides instructions for the legal execution of lease contracts based on the lessor's entity type, mandates registration in the System for Award Management (SAM) for offerors, and prohibits leases for properties within 100-year floodplains unless no practical alternative exists.
    The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" form (REV 11/21) is crucial for Offerors in government contracts. It mandates disclosure regarding the provision or use of "covered telecommunications equipment or services," as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This act prohibits executive agencies from procuring or contracting with entities that use such equipment as a substantial component of any system. Offerors must indicate whether they provide or use these services and provide detailed disclosures if they do, including equipment descriptions, entities involved, and proposed usage. The form ensures compliance with federal prohibitions, requiring Offerors to check the System for Award Management (SAM) for excluded parties and provide comprehensive information if they respond "will" or "does" to the representation questions. This ensures transparency and adherence to national security directives concerning telecommunications and video surveillance equipment.
    The General Decision Number MD20250127 outlines prevailing wage rates for building construction in Wicomico County, Maryland, effective June 27, 2025. This document specifies minimum wage requirements under Executive Orders 14026 and 13658 for federal government contracts subject to the Davis-Bacon Act, setting hourly rates at $17.75 for contracts entered into or renewed after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. It also lists specific wage and fringe benefit rates for various construction trades, including balancing technicians, bricklayers, carpenters, electricians, elevator mechanics, and various laborers and equipment operators. The document details procedures for unlisted classifications and explains identifiers for union, weighted union average, survey, and state-adopted wage rates. Additionally, it references Executive Order 13706, which mandates paid sick leave for federal contractors, and provides a comprehensive appeals process for wage determination matters.
    The document outlines space requirements for Vet Centers, detailing specific room names, areas, quantities, and comments for both a standard Vet Center (10RCS/STA703) and an Outstation (Salisbury MD OS). It categorizes spaces into Staff and Clinical Area, Lobby, and Support Area, providing square footage for each. Key areas include Counselor offices, Program Support Assistant/Reception, Group Therapy rooms, Lobby/Waiting Area, Family Bathroom, Copy/Supply, Storage, Telecommunications Closet, Kitchen, and Housekeeping. The document specifies different Net Usable Square Foot (NSUF), Adjusted Building Area (ABOA), and Rentable Square Foot (RSF) ranges for solicitation purposes, emphasizing their use for various government forms and delegations. The Salisbury MD OS Outstation, with 2 approved FTEE, has slightly different Bathroom and Telecommunications Closet quantities compared to the general Vet Center guidelines. The overall purpose is to provide clear space allocation standards for Vet Center facilities.
    The document is an "OFFEROR SUBMITTAL CHECKLIST" for use with Global RLP (Request for Lease Proposals) packages, outlining essential documents for offerors. It serves as a guide for both offerors and government leasing specialists, detailing required submittals such as the Test Fit Layout, Asbestos Management Plan, various GSA forms (1217 Lessor's Annual Cost Statement, 1364 Proposal to Lease Space), and authorizations like Proof of Signing Authority and Authorization to Represent Ownership. The checklist also mandates environmental documentation (Hazardous Conditions Disclosure, NEPA, NHPA), property-related evidence (Ownership, Zoning Compliance, Legal Description), and architectural/planning documents (Computer Generated Plans, Parking Plan, Construction Schedule). It emphasizes compliance with energy efficiency (Energy Star, LEED-ID+C) and telecommunications regulations. The RLP is the authoritative source in case of inconsistencies. This checklist streamlines the submission process for government leasing opportunities.
    The Past Performance Questionnaire is a six-page document issued by the NCO5 Network Contracting Office for a solicitation to provide leased space for a Veterans Center in Salisbury, MD. Its purpose is to gather past performance information to evaluate proposals. The document is divided into two main sections: Section A, completed by the Offeror, requires contractor information and authorizes the release of information. Section B, completed by assessors, requests detailed evaluations of the contractor's performance across various categories, including quality of service, schedule/timeliness, customer satisfaction, management/personnel, cost/financial management, safety/security, and general compliance. Assessors rate performance using a scale of Exceptional, Satisfactory, Marginal, Unsatisfactory, or Neutral, with explanations required for marginal or unsatisfactory ratings. The questionnaire also asks if the assessor would rehire the firm. The Offeror is responsible for distributing the document to assessors and submitting the completed questionnaire by the solicitation's closing date.
    The NCO5 Network Contracting Office in Martinsburg, West Virginia, has issued a solicitation for leased space for a Veterans Center in Salisbury, MD. To evaluate proposals, a Past Performance Questionnaire will be used. Offerors must complete Section A with their information and submit the entire document to their assessors. Assessors, knowledgeable about the contractor's performance, are to complete Section B, providing ratings on quality of service, schedule adherence, customer satisfaction, management, cost, and safety. Each contract evaluated requires a separate questionnaire. The ratings—Exceptional, Satisfactory, Marginal, Unsatisfactory, or Neutral—will assess the offeror's past performance and associated risk, with explanations required for marginal or unsatisfactory ratings. The questionnaire also includes an authorization for information release and a comment section for detailed feedback.
    The VHA Request for Lease Proposals (RLP) No. 36C24526R0006 in Salisbury, MD, seeks proposals for a 20-year lease, with a 5-year firm term, for a maximum of 2500 Net Usable Square Feet (NUSF) of contiguous space. Offers are due by December 14, 2025, at 1600 EST, and must be submitted electronically. The RLP outlines detailed requirements for space, building characteristics, parking (15 reserved spaces), and location within a specified area. Key considerations include accessibility, fire protection, life safety, energy efficiency (ENERGY STAR® label or equivalent), and environmental due diligence (Phase I ESA). Proposals must address pricing, tenant improvements, security requirements, and compliance with various federal regulations like the National Environmental Policy Act and the National Historic Preservation Act. Offers are to be submitted in four volumes: Evaluation, Pricing, Compliance, and an optional Other/Miscellaneous. The government will award the lease to the selected offeror based on evaluation factors, subject to specific terms and conditions outlined in the RLP documents.
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of office space to establish a Veterans Center in Salisbury or the surrounding area in Maryland. The required space is 2534 ABOA SQ or 2112 NUSF. The solicitation number is 36C24526R0006, and responses are due by December 14, 2025, at 4:00 PM Eastern Time. A pre-solicitation meeting will be held on Friday, October 17, 2025, at 10:30 AM to address any questions regarding the proposal requirements. Interested parties can contact Tammy Buckwalter, the Leasing Contract Specialist, via email at tammy.buckwalter@va.gov or by phone at 304-263-0811 for further information or to submit questions before the meeting. The contracting office is located in Martinsburg, WV.
    Similar Opportunities
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish 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 fully serviced facility that meets specific requirements, including accessibility, environmental safety, and adequate parking, to support essential services for veterans. This initiative is crucial for enhancing the availability of veteran services in the region, ensuring compliance with federal standards and regulations. Interested parties must submit their proposals electronically by December 7, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811.
    X1DB--Santa Maria Lease
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    X1DB--New Maryville CBOC
    Buyer not available
    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.
    Sources Sought Notice: Tallahassee, Florida Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease to establish a Vet Center in Tallahassee, Florida. The requirement includes approximately 2,757 Net Usable Square Feet (NUSF), 3,308 ABOA, and 3,722 Rentable Square Feet (RSF), along with 15 parking spaces, including those compliant with ADA standards, and ensuring handicapped accessibility. This opportunity is crucial for providing necessary services to veterans, with the current lease expiring on February 28, 2027, and a full lease term of 20 years being anticipated (5 firm years and 15 soft years). Interested parties must submit property information, including photos, layouts, and pricing details by December 5, 2025, at 4:00 PM EST to Erin Carey at erin.carey@va.gov, as this notice is for market research purposes and not a solicitation for proposals.
    Sources Sought Notice: Jacksonville, Florida Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of office space for a Vet Center in Jacksonville, Florida, as outlined in their Sources Sought Notice (Solicitation Number 36C24426R0014). The VA requires a space of approximately 3,500 NUSF/4,200 ABOA/4,725 RSF, which must include 25 parking spaces, with a portion being ADA-compliant, for a lease term of 20 years (5 firm and 15 soft). This procurement is crucial for providing necessary services to veterans, as the current lease expires on March 31, 2026. Interested parties must submit property details, including photos and pricing, by December 5, 2025, at 4:00 PM EST to Erin Carey at erin.carey@va.gov, noting that this is a market research effort and not a solicitation for offers.
    X1DZ--36C24426R0022 | Burlington County CBOC Succeeding Lease |
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting market research to identify potential sources for leasing approximately 13,595 net usable square feet of medical office space in Marlton, Burlington County, New Jersey, intended for use as a Community Based Outpatient/Primary Care Clinic. The VA is exploring options to determine if relocating from the current facility would yield cost savings, with a lease term of 5 years firm and an additional 10 years non-firm. This opportunity is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), although all small businesses are encouraged to respond. Interested parties must submit a market research questionnaire, site and floor plans, proof of ownership, and a letter of engagement (if applicable) by December 8, 2025, at 3:00 PM EST to Brian C. Curtis, Lease Contract Specialist, at brian.curtis2@va.gov.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.