Laramie, WY CBOC Lease
ID: 36C24W24R0075Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified lessor for a lease agreement to provide a Community Based Outpatient Clinic (CBOC) facility in Laramie, Wyoming, encompassing between 7,541 and 9,049 ABOA square feet. The facility aims to enhance access to primary and mental health care services for Veterans, replacing the existing mobile medical unit and ensuring continuity of care during the transition. This procurement is critical for improving healthcare access and patient satisfaction among the local Veteran population. Interested parties must submit proposals by November 18, 2004, and can direct inquiries to Tenielle Cook at Tenielle.Cook@VA.Gov or William Maddox at William.maddox@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the federal government's proposal to establish a new leased medical clinic for Veterans in Laramie, Wyoming, replacing the existing mobile medical unit. This facility, encompassing approximately 5,027 net usable square feet (NUSF), aims to enhance access to primary and mental health care, thus improving patient satisfaction and reducing travel times. Key success criteria include ongoing service continuity for Veterans during the transition to a fixed site. The proposal identifies budgetary constraints, resource availability, and logistical challenges as primary concerns. Planned features of the facility include both standard and specialized patient care rooms, administrative areas, and amenities such as bicycle parking. Security measures will be integrated and operate at a level deemed appropriate by the agency. The site's operational hours will be Monday through Friday, with after-hours cleaning and maintenance services required. The proposal aligns with the Department of Veterans Affairs' standards for facility design and construction, aiming to support the strategic goal of comprehensive healthcare access for enrolled Veterans. Overall, this initiative reflects a focused effort to modernize medical services for the local Veteran population.
    This document outlines the security requirements for federal facilities designated as Facility Security Level II. It specifies the obligations of the Lessor and the rights of the Government, particularly regarding the protection of Critical Areas, access control, and the implementation of security measures. Key points include the establishment of employee access control systems, visitor identification procedures, and stringent controls for areas housing sensitive systems. Additionally, it emphasizes the importance of intruder detection and video surveillance systems managed by both the Lessor and the Government. The document highlights the need for maintaining secure access to facility information and implementing a construction security plan. Cybersecurity measures are also pivotal, directing Lessors to safeguard building and access control systems against unauthorized connections to federal IT networks while adhering to best practices for data protection. Overall, this comprehensive security framework aims to mitigate risks to federal personnel and facility operations, ensuring a robust security posture in alignment with national standards.
    This document outlines solicitation provisions for acquiring leasehold interests in real property, serving as guidance for offerors in federal contracting. It provides definitions for key terms related to proposal submissions, amendments, and modifications, emphasizing the importance of timely proposals and the conditions under which late submissions may be accepted. Notably, it instructs offerors on submitting proposals, including requirements for acknowledgement of amendments and guidelines for revisions. The document also delves into compliance evaluations for contracts exceeding $10 million and the protocol for executing lease agreements, specifying the necessary signatures depending on the entity type (individual, partnership, corporation, or joint venture). Additionally, it addresses the prohibition against awarding leases for properties situated within a 100-year floodplain unless no alternatives exist. Moreover, registration in the System for Award Management (SAM) is mandatory for offerors, emphasizing its role in the procurement process. The document concludes with guidelines for handling protests and the submission of facsimile proposals, reinforcing adherence to established protocols for a transparent contract award process. Overall, this solicitation provision serves to streamline and clarify lease procurement procedures for both government and offerors.
    The document outlines general clauses related to the acquisition of leasehold interests in real property for government contracts, providing clear guidelines and requirements for lessors and the government. Key sections include definitions, responsibilities regarding subletting and assignment, leases' successorship, rights to inspect properties, and maintenance obligations. It also covers payment procedures, such as the system for award management, prompt payment guidelines, and adjustments for inadequate space delivery. Additionally, several clauses mandate compliance with labor standards, conduct codes, and cybersecurity measures, emphasizing the government's commitment to ethical practices and legal compliance. The content is structured systematically, creating a framework to ensure transparency, protect government interests, and promote effective management of leased properties. These clauses not only govern interactions between lessors and the government but also assure adherence to standards, thereby facilitating smooth operational functions under federal and local regulations.
    The document outlines key components regarding government Requests for Proposals (RFPs) and grants at federal, state, and local levels. It aims to inform stakeholders about the processes involved in securing funding and the guidelines pertaining to project bids. Central aspects highlighted include eligibility criteria for applicants, required documentation, and evaluation metrics utilized to assess proposals. The file emphasizes compliance with federal regulations and local laws, ensuring all submissions align with established standards. Furthermore, it provides insight into funding priorities that may influence decision-making processes for awarding grants and contracts. Understanding these fundamentals is essential for organizations seeking to navigate the competitive landscape of government funding opportunisties efficiently. The document serves as a comprehensive guide, facilitating a transparent approach to proposal submissions and grant applications, while fostering innovation and program development across government initiatives.
    The Lessor's Annual Cost Statement is a required document for the General Services Administration (GSA) used in the leasing of government facilities. It outlines estimated annual costs for various services and utilities provided by the lessor as part of the rental agreement. The document is divided into two main sections: Section I details the annual costs for services and utilities such as cleaning, heating, electrical, plumbing, and air conditioning, while Section II addresses estimated ownership costs excluding capital charges, including real estate taxes, insurance, lease commissions, and maintenance expenses. Lessors are instructed to provide estimates based on historical data or best assessments for their buildings, ensuring transparency in the leasing process. The statement, guided by the Paperwork Reduction Act, emphasizes the GSA's policy of aligning rental charges with prevailing market rates. There is a certification section to validate the accuracy of the provided information. Overall, this document serves to facilitate the evaluation of fair market rental costs essential for government leases.
    The General Services Administration (GSA) has outlined a prelease process for fire protection and life safety evaluations for office buildings. The document is structured into two main parts based on the floor level of the offered spaces: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, which must be completed by a licensed fire protection engineer. The evaluation assesses compliance with current building and fire codes, specifically referencing the National Fire Protection Association standards. Essential components of the evaluation include the assessment of fire safety systems, such as automatic fire sprinkler and fire alarm systems, exit signs, emergency lighting, and the functionality of elevators. Detailed reporting is required for any deficiencies along with recommended corrective actions. The document emphasizes the necessity for the Offeror to ensure that any non-compliance issues are resolved at their expense prior to government acceptance of the offered space. This prelease evaluation process underscores the commitment to maintaining high safety standards in federal office buildings, thereby ensuring proper fire protection and life safety compliance.
    This government document outlines wage determinations relevant to construction projects in Laramie County, Wyoming, under the Davis-Bacon Act. It includes updated minimum wage rates based on Executive Orders 14026 (effective for contracts post-January 30, 2022) and 13658 (for earlier contracts), mandating that contractors pay covered workers wage rates of at least $17.20 or $12.90 per hour, respectively, for work performed in 2024. It details various classifications and corresponding wage rates for different professions related to building construction, such as elevator mechanics, ironworkers, and plumbers. It also addresses requirements for fringe benefits and establishes the appeals process for disputes regarding wage determinations. This wage determination is significant for compliance in federal government construction contracts, ensuring fair compensation for labor, especially in light of government RFPs and grants.
    The document outlines a representation concerning telecommunications and video surveillance services or equipment required for bids in government contracts. It stipulates that Offerors must complete a form indicating whether they provide or use covered telecommunications equipment or services, as defined under the John S. McCain National Defense Authorization Act. This Act prohibits federal agencies from contracting with entities that utilize such equipment if it forms a substantial or essential component of any system. The document details the definitions of key terms and the procedures for Offerors to verify their compliance. Specific disclosures are mandated based on the Offeror's responses regarding the use of covered equipment or services, requiring comprehensive information about the manufacturer, product details, and intended use. The ultimate objective is to ensure that government contracts do not involve equipment that poses national security risks or undermines the integrity of communication systems. This representation process is integral to maintaining compliance with federal standards and safeguarding sensitive technology in government procurements.
    The Past Performance Questionnaire is designed to evaluate the performance of firms or agencies that have completed contracts under federal, state, or local government RFPs. It collects essential information such as the name of the firm, project details, performance period, contract type, award dates, and financial values. Assessing officials provide their contact information and their relationship to the rated firm. The questionnaire focuses on several assessment categories, including compliance with lease requirements, quality and timely delivery of services, business relations, management of key personnel, reliability, customer support, and overall performance. Each category requires evaluators to select a performance rating, ranging from unsatisfactory to exceptional, along with space for additional comments. Overall, the document serves a critical role in ensuring accountability and high standards in government contracting, ultimately aiding in the transparent selection process for future RFPs and grants by assessing the past performance of contractors. The inclusion of specific rating categories allows for a comprehensive overview and comparison of contractor effectiveness, which is pivotal for government agencies in their procurement decisions.
    The ARCHITECT-ENGINEER QUALIFICATIONS Form (Standard Form 330) is utilized by federal agencies to evaluate the professional qualifications of architect-engineer firms for potential contracts. The process adheres to the Selection of Architects and Engineers statute, requiring public announcements for services and selection of the most qualified firms based on demonstrated competence. The form comprises two parts: Part I addresses specific contract qualifications, detailing submission requirements like project information, contact persons, proposed teams, resumes of key personnel, and previous relevant projects. Part II outlines general qualifications of the firm or branch office, including ownership, employee profiles, experiences, revenue history, and additional information as requested by the agency. Each section aims to provide a structured approach to gather essential data on the firm's capabilities, ensuring compliance with the Federal Acquisition Regulation (FAR). The document facilitates a fair selection process, helping agencies negotiate contracts with the most qualified candidates. This form is crucial for maintaining standards in federal contracting for architecture and engineering services.
    The document outlines the qualifications and financial requirements for contractors seeking federal contracts through the U.S. General Services Administration (GSA). It includes standardized sections for collecting essential information about the contractor, such as business type, taxpayer ID, ownership details, financial statements, and an inventory valuation method. Key questions assess the contractor's financial stability, including potential bankruptcy, outstanding federal debts, and current government financing. Additionally, the form requires financial data, including balance sheets and income statements, alongside details about banking relationships and principal suppliers. Contractors must also disclose relevant contractual information and any history of issues with subcontractors or suppliers. This comprehensive collection of information is designed to verify a contractor's ability to fulfill government contracts, ensuring financial responsibility and compliance with regulations. The form functions as a critical tool in the government’s procurement process, allowing for thorough vetting of potential contractors before awarding contracts.
    The document outlines an alternative protest procedure for real property lease procurements under the Department of Veterans Affairs (VA). As of March 2024, interested parties have the option to file a protest either by mail or electronically with the Executive Director of the Office of Construction and Facilities Management at the VA, instead of directly with the Lease Contracting Officer. However, it specifies that protests will be dismissed if a similar issue is already under consideration by the Lease Contracting Officer. This provision aims to streamline the protest process and provide clarity on where and how concerns can be raised, ultimately enhancing the procurement landscape within the federal government while ensuring efficient handling of disputes related to real property leases. This approach reflects a broader context of federal procurement practices, focusing on maintaining orderly and equitable bidding procedures for government contracts.
    The document outlines the Request for Lease Proposals (RLP) No. 36C24W24R0075 issued by the General Services Administration (GSA) for leasing office space in Laramie, Wyoming. The federal government seeks a minimum of 7,541 to a maximum of 9,049 ABOA square feet of modern office space with specific features such as parking, security, and accessibility considerations. Proposals must be submitted by November 18, 2004, and include detailed pricing information. The lease will have a 20-year term, with early termination rights after the first 10 years. Key requirements for the offer include compliance with federal building standards, provision of necessary amenities and services, and adherence to environmental and safety regulations. The document specifies the evaluation criteria for proposals, emphasizing layout efficiency and environmental due diligence. Additionally, it outlines necessary documentation for bidders, including financial commitments, zoning compliance, and proof of ownership or control of the property. The main purpose of this RLP is to solicit competitive lease proposals that meet the agency's operational needs while ensuring compliance with federal requirements and promoting sustainability.
    Lifecycle
    Title
    Type
    Laramie, WY CBOC Lease
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    X1AA--Campbell County CBOC New/Replacing Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 5,000 ANSI/BOMA office area (ABOA) square feet of contiguous space in LaFollette, TN, for a Community Based Outpatient Clinic (CBOC). The leased space must include a minimum of 25 on-site parking spaces, with specific requirements for handicap accessibility, and should ideally be located on the first floor of a Class A building that meets current building, seismic, and accessibility codes. This full-service lease will require the lessor to manage all utilities, janitorial services, and facility maintenance, with a lease term of up to 10 years being considered. Interested parties must submit their expressions of interest, including detailed property information and a Capabilities Statement if applicable, to Lease Contracting Officer Martin Frazier at martin.frazier@va.gov by 12:00 PM Central Time on October 30, 2024.
    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.
    X1AA--Oscoda Clinic Lease New/Replacing Lease (14,000-NUSF)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 14,000 ANSI/BOMA square feet of space in Oscoda, Michigan, intended for use as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations and potential sources for the lease, which may extend for a term not exceeding 20 years, and includes requirements for 100 parking spaces and compliance with federal and local regulations. This opportunity is particularly significant for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) registered at www.vip.vetbiz.gov, as the government is conducting market research to determine if the acquisition should be set aside for these entities. Interested parties must respond by November 11, 2024, at 3:00 P.M. local time, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or Lee Grant at Lee.Grant@va.gov.
    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.
    Sources Sought - Belton MO CBOC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest for leasing approximately 14,805 ABOA square feet (up to 16,656 RSF) of medical space for a Community Based Outpatient Clinic (CBOC) in Belton, Missouri. The property must meet specific criteria, including being on the ground floor, contiguous, and located away from floodplains and incompatible uses, while also providing suitable parking for deliveries and accessibility to public transport and amenities. This initiative is part of the VA's commitment to expanding healthcare facilities for veterans and encourages participation from veteran-owned businesses, with anticipated construction costs ranging from $5 million to $10 million and a proposed lease term of ten years. Interested parties must submit detailed property information by November 15, 2024, and can contact Jan M Carlson at jan.carlson@va.gov or 913-946-1136 for further inquiries.
    X1DB--MONROEVILLE CBOC: NOTICE OF INTENT TO AWARD SUCCEEDING LEASE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a succeeding lease for the Monroeville Community-Based Outpatient Clinic (CBOC) in Monroeville, Alabama. The procurement seeks a 10-year lease (5 years firm) for approximately 2,600 square feet of space, with proposals evaluated based on building condition, accessibility, fire safety, and energy efficiency standards. This initiative is crucial for providing adequate healthcare facilities for veterans, ensuring compliance with health and safety regulations, including environmental considerations. Interested offerors must submit their proposals by March 10, 2023, and can contact Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further details.
    X1DB--Milwaukee Vet Center Request for Lease Proposal (RLP)
    Active
    Veterans Affairs, Department Of
    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.
    X1AA--Primary Care Annex Lease - Saginaw-Auburn MI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 25,000 ABOA square feet of space and 150 parking spaces for a Primary Care Annex in Saginaw-Auburn, Michigan. The leased space must meet specific requirements, including being located within a defined area, preferably on the first floor, and compliant with various zoning and safety standards. This opportunity is crucial for enhancing healthcare services for veterans, and interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are encouraged to respond by November 15, 2024, at 3:00 P.M. local time, with submissions directed to Lisa Newlin at Lisa.Newlin@va.gov.
    Chatsworth Vet Center RLP
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of clinical space for the Chatsworth Vet Center in California. The procurement aims to secure between 4,500 to 5,500 ABOA square feet of modern, accessible office space that meets specific requirements for security, environmental standards, and operational efficiency, including features such as high-speed internet and ADA compliance. This initiative is crucial for providing a welcoming and functional environment for veterans, ensuring that the facility can effectively deliver necessary services. Proposals must be submitted by November 21, 2024, and interested parties can contact Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612 for further information.