FY26 New Lease: Titusville CBOC Amendment 0004
ID: 36C24824R0184Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking offers for a new lease to establish a Community-Based Outpatient Clinic (CBOC) in Titusville, Florida. The procurement requires a facility providing between 11,040 and 12,000 ABOA square feet of medical office space, with at least 80 parking spaces, for a lease term of up to 15 years, with occupancy readiness by December 15, 2026. This initiative is crucial for enhancing healthcare services for veterans in the region, ensuring compliance with various accessibility and safety standards. Interested offerors must submit their proposals by January 29, 2026, at 3:00 PM ET, via email to Kalisha Baisden at kalisha.baisden@va.gov, with the government limiting payments to the appraised fair rental value.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C248-24-R-0184 in Titusville, Florida, seeking 11,040 to 12,000 square feet of contiguous space for a 15-year lease with a 5-year firm term, commencing around November 1, 2026. Proposals are due by June 2, 2025. The RLP outlines detailed requirements for the facility, including location within a specified area (North: Parrish Road, South: Tico Road, East: Washington Ave Rt 1, West: I-95), modern construction, 80 secured and lit parking spaces, and potential roof access for antennas. The space must comply with strict accessibility, fire protection, life safety, and environmental standards, including ENERGY STAR® labeling or equivalent. Proposals must include pricing, financial commitments, proof of ownership or control, zoning compliance, and detailed architectural plans. Historic properties receive preference. The lease will be a fully serviced, turnkey agreement covering all costs, including tenant improvements and security upgrades.
    The Request for Lease Proposals (RLP) No. 36C248-24-R-0184 seeks offers for a lease of space in Titusville, Florida, due by June 2, 2025. The U.S. Department of Veterans Affairs (VA) is potentially leasing between 11,040 to 12,000 ABOA square feet of modern office space for a firm term of 5 years, with an option to extend for 15 years. The proposal outlines specific space requirements, including security measures and accessibility, as well as criteria for submitting offers, ensuring compliance with federal regulations. Key requirements include: 1. Space must be within a defined area, equipped with adequate parking. 2. Buildings must meet modern construction and aesthetic standards, possibly enabling usage of space for vending operated under the Randolph-Sheppard Act. 3. Offers are evaluated on layout efficiency, adherence to environmental legislation, and compliance with energy efficiency mandates. 4. Proposals must detail costs and demonstrate financial capability to undertake necessary improvements. This RLP emphasizes the VA’s commitment to finding suitable, quality space that meets federal standards for safety, accessibility, and sustainability, while completing necessary due diligence in environmental and historical assessments.
    The General Services Administration's (GSA) Exhibit I outlines the Prelease Fire Protection and Life Safety Evaluation for Office Buildings, detailing requirements for federal, state, and local RFP submissions. This evaluation is split into two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on or above the 6th floor, requiring a professional engineer's assessment. Both parts adhere to fundamental code requirements, emphasizing compliance with local building and fire codes, and NFPA 101 Life Safety Code for egress. Part A covers general building information, fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators. Part B, a detailed narrative report, requires a licensed fire protection engineer to evaluate the entire building, including current citations, building construction, vertical openings, means of egress, fire suppression systems, fire alarm systems, and elevators. The report must identify deficiencies, code references, and corrective actions. The document ensures that all offered spaces meet fire safety and life safety standards before government acceptance.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation requirements for offered spaces in an office building as part of the General Services Administration (GSA) protocol. It is divided into two parts: - **Part A** must be completed by the offeror for spaces below the 6th floor and includes questions regarding building information, fire protection systems, emergency lighting, and elevator conditions. It emphasizes compliance with local building and fire codes. - **Part B** applies to spaces on the 6th floor or higher, requiring a professional fire protection engineer to conduct a detailed evaluation. This section mandates a narrative report covering building construction, occupancy classifications, means of egress, fire alarm systems, and the operational status of elevators. The report must identify any deficiencies and suggest corrective actions, ensuring the building meets established safety standards. The overarching purpose of the document is to ensure compliance with fire safety regulations and to mandate assessments that confirm the adequacy of fire protection measures in government office buildings. This process is critical for maintaining safety and accountability in federal leasing practices.
    The Department of Veterans Affairs (VA) has issued a sample Past Performance Questionnaire (Exhibit J, RLP 36C248-24-R-0184) for evaluating contractor performance in federal acquisition requirements. This questionnaire, essential for award decisions, collects candid feedback on a firm's day-to-day operations and service quality, while ensuring the anonymity of respondents. It covers key performance areas: contractor rating, quality of work (including compliance, expectations, and maintenance), response timing for deficiencies and submissions, cost control (original contract amount, deductions, and cost management), and business management (on-site management, quality control, and subcontractor coordination). The document emphasizes the importance of objective ratings—Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory—and requests detailed comments. Completed questionnaires are to be emailed to javier.correaochoa@va.gov by a specified deadline. This tool ensures that the VA's award decisions are based on comprehensive and objective past performance evaluations.
    The document is a Past Performance Questionnaire related to a Request for Proposal (RFP) from the Department of Veterans Affairs (VA). Its primary purpose is to gather evaluations of a firm's past performance in order to inform the award decision process, as mandated by the Federal Acquisition Regulations (FAR). Respondents are instructed to complete the questionnaire confidentially, ensuring anonymity for those providing input. The questionnaire assesses various aspects of contractor performance, including overall ratings, quality of work, response timing, cost control, and business management. It employs a grading scale ranging from "Exceptional" to "Unsatisfactory" for different performance metrics. Additional sections request comments on specific issues faced during the project, such as compliance with safety standards, timeliness, maintenance issues, and business management effectiveness. The evaluation aims to glean a well-rounded perception of the contractor’s abilities from an informed party familiar with the day-to-day operations involved. The final assessments are to be submitted to the VA by a specific deadline, highlighting the importance of thorough and truthful responses to ensure a fair evaluation process.
    The document outlines the Tenant Improvement Cost Summary (TICS) for RFP# 36C248-24-R-0184 for the US Department of Veterans Affairs in Titusville, Florida. It details the breakdown of costs for both Tenant Improvements (TI) and Shell work, organized by Masterformat CSI System Elements (Divisions 1-14, 21-23, 26.1, 26.2, 27, 28.1, 28.2, 31-33). The form also includes sections for General Contractor Fees, Architectural & Engineering Fees, Other Lessor Costs, and Lessor's Project Management Fees. Instructions are provided for populating the light blue fields with project-specific information such as ABOA square footage, fees (as percentages or lump sums), and detailed material and labor costs for each division. The document also defines 'Shell' conditions, explaining that it covers the base building structure and enclosure, while 'Tenant Improvements' refer to the finishes and fixtures that make the space usable. Additionally, it addresses Building Specific Amortized Capital (BSAC) for security-related improvements, noting how A/E and project management fees apply to these costs. This comprehensive cost summary template ensures detailed and accurate financial reporting for federal government RFPs, promoting transparency and compliance.
    The document outlines the Tenant Improvement Cost Summary (TICS) for a Request for Proposals (RFP) associated with the U.S. Department of Veterans Affairs for a project in Titusville, Florida. It provides a structured financial template for estimating costs related to tenant improvements and shell construction as per general construction standards organized in divisions. Each division, from general requirements to specialized construction items and equipment, details expected costs and labor inputs, although specific values remain unfilled throughout the document. The TICS facilitates accurate budgeting by requiring contractors to itemize material and labor estimates for each construction aspect. Additional categories include calculations for contractor fees and project management, complying with existing lease agreements. The primary aim is to ensure that bid submissions account for comprehensive costs related to necessary infrastructure enhancements, focusing on efficiency, compliance with safety regulations, and effective resource allocation, reflecting the federal government's mandate for accountable and transparent project financing.
    The "Security Unit Price List (Level II)" (REV OCT 2024) is a federal government document, likely an RFP or part of one, that outlines security countermeasures and their estimated unit prices for lease agreements. It details various security requirements across different building areas, including facility entrances, common areas, interior government spaces, building exteriors, and security systems. The document categorizes security measures into "Shell" (building structure) and "Tenant Improvements" (T.I.), specifying whether the Lessor or Government provides design and installation for security systems like video surveillance and intrusion detection. Key areas covered include access control, screening, securing critical areas, signage, landscaping, parking, and cybersecurity. This list serves as an estimate, with actual costs to be determined before award based on final Design Intent Drawings and Construction Documents. It emphasizes the need for the spreadsheet to align with any adjustments made to the security section of the lease, ensuring a comprehensive and adaptable framework for securing government leased facilities.
    The document serves as a Security Unit Price List for a federal lease in Titusville, Florida, providing a comprehensive outline of security requirements for a facility. It details various security measures, including employee access control, visitor access control, identity verification, and security for common areas. The cost estimates for these security countermeasures are categorized based on their respective sections, ranging from facility entrances to cybersecurity measures. Significant sections include security systems design, operations administration, and the structure-related requirements such as window locks and emergency generator protection. The list indicates that the final costs will be determined upon the award of the lease, highlighting the collaborative nature of cost estimation between the lessor and the government. This document underscores the importance of security in federal leasing, ensuring compliance with essential safety standards and regulatory frameworks in government operations. It acts as a foundational tool for procurement and project management within the context of federal contracts and grants.
    Exhibit M to RLP #36C248-24-R-0184 outlines labor standards, specifically the Construction Wage Rate Requirements (Davis-Bacon Act) and related regulations for federal construction projects. It defines the 'site of the work,' including primary and secondary sites, and specifies wage payment requirements for laborers and mechanics, including bona fide fringe benefits. The document details procedures for classifying unlisted workers and obtaining approval for their wage rates from the Department of Labor's Wage and Hour Division. Additionally, it incorporates rulings and interpretations from 29 CFR parts 1, 3, and 5. The Davis-Bacon Act Wage Determination for Brevard County, Florida (General Decision Number: FL20250196) specifies prevailing wage rates for various construction trades, effective January 3, 2025. It also includes information on Executive Orders 14026 and 13658, which mandate minimum wages for covered contracts, and Executive Order 13706 regarding paid sick leave for federal contractors. The document concludes with explanations of wage rate identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determinations.
    The document outlines the labor standards provisions outlined in the Davis-Bacon Act applicable to a lease proposal (RLP # 36C248-24-R-0184) for construction projects funded by the federal government. It specifies the definition of the "site of work," requiring contractors to pay laborers and mechanics weekly, according to the wage rates dictated by the Department of Labor, which are attached as an appendix. The content emphasizes the obligation for contractors to comply with prevailing wage rates, which vary according to the type of work and location, specifically Brevard County, Florida, and excludes certain military installation sites. Key provisions include payment rates and fringe benefits for various construction classifications, including specific wage determinations and the requirement for contractors to request modifications for classifications not listed. The document further discusses compliance with Executive Orders regarding minimum wage and paid sick leave, underscoring its aim to protect workers' rights and ensure fair compensation in federal construction contracts. The final sections provide detailed classifications and wage rates for various labor categories, ensuring transparency and adherence to labor laws throughout the project duration.
    The document outlines the required contents for offers responding to RLP NO. 36C248-24-R-0184, a federal government Request for Lease Proposals. It details comprehensive submission requirements for offerors, including GSA Forms 1217 and 1364, and additional submittals. Key requirements cover cover letter information (address, owner details, parking, availability), security and tenant improvement unit price lists, and proof of ownership or authorization if not the owner. Financial capacity evidence, zoning compliance, and property control documentation are also mandated. Specific proof of signing authority for various entity types (corporation, partnership, LLC, joint venture) is required. Additional criteria include historic preference documentation, architectural plans for non-modern buildings, and conflict of interest disclosures. Offerors must be SAM registered, provide Fire Protection and Life Safety information, legal property descriptions, parking plans, asbestos management plans, and computer-generated plans. Turnkey pricing and design intent drawings (DIDs) are critical, with detailed DID components specified. The RLP also lists factor submittal requirements covering site-specific technical aspects (land use, neighborhood, amenities, transit, access, parking, visibility, flood plain, proximity to hospitals), architect engineering design, emergency response time, property management and operations, construction contractor team, occupancy readiness, available space, past performance references, and price factors (Exhibit K, L, D, E).
    The file outlines the required contents for offers in response to RLP No. 36C248-24-R-0184, focused on leasing space for a VA Community Based Outpatient Clinic. Key components include completing necessary GSA forms (1217 and 1364), providing detailed property information (address, ownership, parking capacity, availability date), and security and tenant improvement cost breakdowns. Offerors must demonstrate financial capability, property zoning compliance, ownership interest, and authority to sign contracts. The document stipulates additional requirements such as fire safety plans, proof of management qualifications, construction readiness timelines, and a demonstration of proximity to amenities and hospitals. Emphasizing operational readiness, proposal evaluation criteria includes site-specific technical requirements and past performance references. Overall, it serves as a comprehensive guide to ensure proposals meet federal standards, ensuring transparency and accountability in the procurement process.
    The document, \"Attachment 1 - eCMS Lease Action Briefcase Index,\" outlines the required documentation and phases for federal government lease acquisitions, specifically for a project valued at $13,378,706.30. It details a structured process from Requirement Development (Phase P01) to Lease Administration (Phase C41). Key phases include Pre-Solicitation, Solicitation, Pre-Negotiation/Evaluation of Offers, Unsuccessful Offer, Successful Offer and Award Determination, Approval and Funding, Lease Execution, and Post-Award. Each phase lists specific documents such as funding certifications, space requirements, market research reports, solicitation packages, negotiation objectives, and executed lease agreements. The index also highlights compliance requirements like Kingdomware, NHPA, and various environmental checks, emphasizing a comprehensive and regulated approach to government leasing.
    The document outlines the essential requirements and procedures for the leasing process within the federal government, focusing on the eCMS Lease Action Briefcase Index. It details the various phases of the leasing process, including requirement development, pre-solicitation, solicitation, negotiation, evaluation of offers, and post-award activities. The total dollar value associated with the project is $13,378,706.30, specifically for the Titusville CBOC New Lease. Key components include necessary documentation at each phase, such as space requests, funding certifications, market research, and compliance checks related to federal regulations. For instance, the pre-solicitation phase involves advertisements and market surveys, while negotiation objectives and competitive range determinations are vital in the evaluation phase. Importantly, the document emphasizes adherence to local, agency, and GSA policies to ensure compliance and efficiency in the leasing process. It serves as a comprehensive guide for acquisition specialists to navigate the complexities of government procurement, ensuring all steps align with regulatory frameworks and strategic objectives. This systematic approach highlights the government's commitment to transparency, accountability, and veteran-centric space requirements.
    The U.S. Department of Veterans Affairs (VA) is seeking to lease approximately 12,000 ABOA square feet in Titusville, Florida, for a new Community Based Outpatient Clinic (CBOC). The facility must be on a single ground floor, contiguous, and include on-site parking for around 80 vehicles, with 8 handicapped spaces. The offeror is responsible for architectural, engineering, and construction services to meet specified space requirements, adhering to various building codes and standards including those from The Joint Commission, Facility Guidelines Institute, and VA-specific manuals. Key requirements include a comprehensive security system with 24/7 monitoring, CCTV, and restricted access to offices and the telecommunications room. The space plan details specific room types, sizes, and finishes. Additional requirements cover ADA compliance, full-service lease, maintenance, signage, and specific security measures like locks on patient care rooms and duress alarms. The document also outlines quality assurance and control measures, emphasizing adherence to performance standards and regular inspections. The project adheres to a detailed OIT Design Guide for critical infrastructure in telecommunications spaces.
    The U.S. Department of Veterans Affairs (VA) has issued a Request for Proposals (RFP) to lease approximately 12,000 Rentable Square Feet (RSF) of contiguous space for a Community Based Outpatient Clinic (CBOC) in Titusville, Florida. The proposed facility should accommodate specific clinical and administrative needs and comply with various building codes and standards, including those for health care facilities. Key requirements include first-floor access, onsite parking for 80 vehicles (with 8 designated for handicapped parking), and security measures to prevent unauthorized entry. The contractor will be responsible for providing architectural, engineering, and construction services to meet comprehensive space specifications, including multiple examination rooms, a pharmacy area, and patient restrooms, all compliant with the Americans with Disabilities Act (ADA). Additional stipulations cover janitorial services, preventive maintenance, and high standards for cleanliness, particularly with infection control. Compliance with the Davis Bacon Act regarding wages and a structured Quality Control program will also be mandatory. This initiative demonstrates the VA’s commitment to providing accessible healthcare while ensuring safety and regulatory adherence.
    This document is an amendment (Amendment No. 0001) to a Request for Lease Proposal (RLP No. 36C24824R0184) issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) Leasing Team in Miami, FL. The primary purpose of this amendment is to extend the due date for responses. Originally, the RLP required responses by an earlier date, but this amendment extends the deadline to no later than 3:00 PM ET on July 28, 2025. The amendment was issued on June 26, 2025, and signed by Javier Correa, the Lease Contracting Officer. All other terms and conditions of the original RLP remain unchanged and in full force and effect.
    This document is an amendment to a Request for Lease Proposal (RLP) from the Department of Veterans Affairs, specifically RLP No. 36C24824R0184, Amendment No. 0002. Issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Miami, FL, this amendment incorporates three key changes. Firstly, both new and existing buildings will be considered for the lease. Secondly, the space must be ready for occupancy no later than December 15, 2026. Lastly, the due date for responses has been extended to 3:00 PM ET on September 15, 2025. The amendment is signed by Javier Correa, Lease Contracting Officer, and is effective as of August 14, 2025.
    This document is an amendment (Amendment No. 0003) to a Request for Lease Proposal (RLP No. 36C24824R0184) issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) Leasing Team. The primary purpose of this amendment is to extend the due date for responses. The new deadline for submitting responses is no later than 3:00 PM ET on November 10, 2025. All other terms and conditions of the original RLP remain unchanged. The amendment was signed by Javier Correa, Lease Contracting Officer, on October 8, 2025.
    The Department of Veterans Affairs (VA) has issued Amendment No. 0004 to Request for Lease Proposal (RLP) No. 36C24824R0184. This amendment, effective December 17, 2025, extends the due date for responses to January 29, 2026, at 3:00 PM ET. The RLP is issued by the VISN 7 Network Contracting Office in Duluth, GA. All other terms and conditions of the original RLP remain unchanged and in full force and effect. This amendment serves to formally update the submission deadline for interested parties.
    The Department of Veterans Affairs (VA) is seeking offers for a lease of medical office space in Titusville, Florida, with a requirement for 11,040 to 12,000 square feet of ANSI/BOMA Occupant Area. This lease will last up to 15 years, and the chosen site must provide at least 80 parking spaces. Properties located within specific boundaries defined by local roads and must be existing buildings that have been modernized or adapted to modern standards, ready for occupancy by November 1, 2026. Interested offerors must submit comprehensive documentation including property details, floodplain verification, and proof of Socio-Economic status if applicable. If the offeror is not the property owner, proper authorization must be provided. This procurement emphasizes compliance with legal standards and requirements outlined in attached documents. Responses are due by June 2, 2025, at 3:00 PM ET, and must be submitted via email. Overall, this solicitation reflects the VA's commitment to providing essential medical services to veterans by securing appropriate facilities.
    The document is an amendment to the combined solicitation for a new lease concerning the Titusville Community-Based Outpatient Clinic (CBOC) under the Department of Veterans Affairs (VA). The revised solicitation number is 36C24824R0184, and responses are due by July 28, 2025, at 3:00 PM ET. Proposals must be submitted via email to Javier Correa-Ochoa, the Lease Contracting Officer. The contracting office is located in Miami, Florida, and is associated with the Veterans Affairs Network Contracting Office 8. This amendment does not involve Recovery Act funds and is categorized under the product service code X1DB and NAICS code 531120. The document includes contact details and specifies the requirement for proposals to adhere to specified submission deadlines while underscoring the VA's commitment to securing adequate facilities for veteran services.
    The Department of Veterans Affairs (VA) is soliciting offers for a new lease in Titusville, Florida, for a Community Based Outpatient Clinic (CBOC). This amendment, number 0002 to solicitation 36C24824R0184, seeks a facility providing 11,040 to 12,000 ABOA square feet of medical office space with a minimum of 80 parking spaces, for a lease term up to 15 years. The desired location is within the boundaries of Parrish Road (North), Tico Road (South), Washington Ave Rt 1 (East), and I-95 (West). The VA will consider both new and existing buildings, with existing structures requiring modernization or adaptive reuse and readiness for occupancy by December 15, 2026. Interested offerors must submit detailed proposals by September 15, 2025, at 3:00 PM ET, including property address, owner information, available space, parking, flood plain documentation, and evidence of ability to meet all requirements. Specific documentation is required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB), and for non-property owners. The government will not pay more than the appraised fair rental value.
    Amendment 0003 to Solicitation Number 36C24824R0184, titled "FY26 New Lease: Titusville CBOC," is issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8). This amendment specifies that responses are due by 3:00 PM ET on November 10, 2025. Submissions must be emailed to Javier Correa-Ochoa, Lease Contracting Officer, at javier.correaochoa@va.gov. The solicitation pertains to a new lease in Titusville, Florida, with the NAICS code 531120 (Lessors of Nonresidential Buildings) and product service code X1DB. The contracting office is located in Miami, FL, and the place of performance is TBD in Titusville, Florida.
    The Department of Veterans Affairs (VA) is soliciting offers for a new lease to establish a Community-Based Outpatient Clinic (CBOC) in Titusville, Florida. The VA requires a minimum of 11,040 to a maximum of 12,000 ABOA square feet of medical office space, with at least 80 parking spaces, for a lease term up to 15 years. The desired location is within specific boundaries: North (Parrish Road), South (Tico Road), East (Washington Ave Rt 1), and West (I-95). Both new and existing buildings are being considered, with existing structures requiring modernization or adaptive reuse and readiness for occupancy by December 15, 2026. Offerors must provide property details, ownership information, flood plain documentation, and evidence of ability to meet all requirements as per RLP # 36C248-24-R-0184. Specific documentation is required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) and for non-property owners (brokers or those with purchase/sale contracts). Responses are due by January 29, 2026, at 3:00 PM ET, via email to kalisha.baisden@va.gov. The government is limited to paying no more than the appraised fair rental value.
    The Department of Veterans Affairs (VA) is conducting market research for the lease of approximately 12,000 ABOA square feet of medical office and related space in Titusville, FL. The site must accommodate at least 80 parking spaces and may be leased for up to 15 years, with existing buildings only being considered unless they have been modernized. Available spaces should be ready for occupancy by October 1, 2026. Interested parties must provide specific site information, including location, rental rates, availability, ownership details, energy efficiency features, and any socio-economic status qualifications. This notice serves as a market research tool rather than a formal solicitation but may lead to future procurement opportunities. Responses should be submitted to the designated Lease Contracting Officer by February 26, 2025. The initiative aims at identifying economically advantageous options while adhering to federal regulations concerning fair rental values.
    The document is an amendment to a Request for Lease Proposal (RLP) issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 8 (NCO 8) in Miami, Florida. The amendment extends the due date for lease proposals to 3:00 PM ET on July 28, 2025. All terms and conditions from the original RLP remain unchanged unless specified otherwise within this amendment. The signing authority includes Javier Correa, the Lease Contracting Officer, confirming the official change to the proposal timeline. The amendment facilitates continued solicitation for lease proposals, ensuring compliance with federal procurement processes. This reflects the government's ongoing efforts to secure necessary facilities for the Department of Veterans Affairs while adhering to established timelines and regulatory frameworks.
    This document outlines Level II security requirements for government facilities, specifically for the Titusville CBOC, covering federal government RFPs, federal grants, and state/local RFPs. It details lessor obligations for tenant improvements and maintenance, emphasizing security measures for critical areas, facility entrances, and common spaces. Key requirements include employee and visitor access control, securing critical infrastructure like mechanical and utility rooms with high-security locks, and controlling access to roofs. The document also addresses exterior security, including landscaping, HAZMAT storage, and parking. It mandates the design, installation, and maintenance of robust security systems such as Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, with strict testing and maintenance protocols. Structural requirements include securing ground-floor windows and protecting emergency generators and air intakes. The lessor must cooperate with the Facility Security Committee, control access to building information, and develop comprehensive construction security plans. Cybersecurity measures prohibit connecting Building and Access Control Systems (BACS) to federal IT networks, requiring lessors to manage cyber incidents and implement cyber protection based on DHS ICS-CERT, NIST-CSF, and industry best practices.
    The document outlines the security requirements for a Level II facility, specifically the Titusville Community-Based Outpatient Clinic (CBOC), emphasizing the importance of tenant improvements and maintenance costs. Key areas include employee access control, public and restricted areas, and critical areas requiring heightened security. The Lessor is tasked with implementing security systems, including electronic access controls, video surveillance, and intrusion detection systems, all subject to Government review and oversight. It also mandates rigorous procedures for ensuring safety during construction, including a construction security plan and a formal key control program. Furthermore, it addresses cybersecurity protocols, prohibiting connections to federal IT networks and recommending best practices for safeguarding against cyber threats. Overall, the document aims to integrate security measures into the facility's design and operation, underscoring the Government's commitment to maintaining a secure environment for its tenants and operations.
    The document acts as a placeholder or error message for a PDF viewer that cannot display the intended content. It instructs the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting provided Adobe download and assistance links. The document also includes trademark information for Windows, Mac, and Linux. Its purpose is to guide users encountering display issues with the government file, ensuring they can access the full content, which is crucial for federal government RFPs, federal grants, and state/local RFPs that rely on proper document viewing for dissemination and response.
    The document appears to be a technical error in displaying information related to government files involving federal RFPs, grants, and local offers. It primarily suggests that users might need to upgrade their PDF viewing software to access the relevant content. No specific details regarding RFPs or grants are provided in the visible text, indicating that the file is inaccessible or does not contain useful information to summarize. As a consequence, it is not possible to extract any key ideas or organize the content given the lack of substantive information. This essentially reflects issues with document accessibility rather than a genuine overview of government initiatives or requests for proposals.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a critical document for federal government Request for Lease Proposals (RLPs), aiming to ensure rental charges align with community prevailing rates. Lessors must provide detailed cost estimates for services, utilities, and ownership for both the entire building and the government-leased area. Section I covers estimated annual costs for services and utilities such as cleaning, heating, electrical, plumbing, air conditioning, and elevators, including salaries, supplies, and maintenance. Section II addresses estimated annual ownership costs, exclusive of capital charges, encompassing real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form requires lessors to certify the accuracy of their estimates, facilitating the government's fair market value assessment for leased spaces. Instructions clarify how to calculate rentable areas and categorize costs, emphasizing transparency and detail in financial reporting.
    The document is the Lessor's Annual Cost Statement, essential for federal lease agreements, particularly in the context of the General Services Administration (GSA). It outlines the estimated annual costs associated with services, utilities, and ownership of buildings leased by the government. The statement includes detailed sections for calculating costs for cleaning, heating, electrical, plumbing, air conditioning, and other essential services provided by the lessor, and differentiates between the total cost for the entire building and the government-leased area. Additionally, the document requires the identification of property, rental area, and costs for various categories such as salaries, maintenance, repairs, and other miscellaneous expenses. Importantly, it mandates lessees to certify these cost estimates, ensuring accuracy for fair market value assessments. The instructions detail the methodology for calculating rentable areas and emphasize compliance with local community rental rates. This cost statement serves not only as a financial record but also as a tool to maintain transparency and accountability in government leasing practices, ultimately facilitating informed decision-making for federal RFPs and grants.
    This government file, RLP # 36C248-24-R-0184 - EXHIBIT F, outlines comprehensive instructions and provisions for the acquisition of leasehold interests in real property. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for submitting, modifying, revising, and withdrawing proposals, including specific conditions for handling late submissions. The document emphasizes the importance of acknowledging amendments and sets guidelines for restricting the disclosure and use of proprietary data. It also covers lease award criteria, such as best value evaluation and the government's right to reject proposals, including those with unbalanced pricing. The file specifies who can execute leases for various entity types (individuals, partnerships, corporations, joint ventures) and outlines procedures for serving protests, particularly for leases above the Simplified Lease Acquisition Threshold. It addresses the submission of facsimile proposals and mandates registration in the System for Award Management (SAM) for offerors, detailing the information required and the implications of non-registration. Finally, it incorporates provisions regarding the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent and disclose any covered articles or sources prohibited by applicable FASCSA orders.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, emphasizing the procedures and requirements for submitting proposals. Key definitions include instructions regarding discussions, proposal modifications, and revisions. It stipulates that proposals must be submitted in the prescribed format, clearly detailing how late submissions may be considered under specific conditions. The government reserves the right to reject all proposals, waive minor irregularities, and seek the best value offer after evaluating proposals based on established criteria. Notably, it stresses the importance of compliance with data confidentiality provisions, SAM registration, and unique entity identifiers for offerors. The document also includes guidelines for signing leases depending on the type of lessor (individual, partnership, corporation, or joint venture), alongside procedures for submitting and managing protests related to the solicitation. This solicitation sets forth a clear framework for potential offerors to navigate the bidding process for government leases effectively, ensuring fairness and transparency in the procurement process.
    This government file, RLP # 36C248-24-R-0184 – EXHIBIT G, outlines general clauses for acquiring leasehold interests in real property. It covers various categories, including general provisions like definitions, subletting, assignment, and subordination. Performance clauses detail lessor default remedies, inspection rights, delivery conditions, maintenance, and handling of fire/casualty damage. Payment terms specify prompt payment, electronic funds transfer, and assignment of claims. Standards of conduct address business ethics, anti-kickback procedures, drug-free workplace, and hotline poster display. Adjustment clauses cover price adjustments for illegal activities, defective data, and changes. The document also includes provisions for audits, disputes, labor standards (veterans and disabilities), and small business utilization. Cybersecurity clauses address security requirements, identity verification, and prohibitions on specific hardware, software, and telecommunications equipment, especially concerning supply chain security. This comprehensive document ensures compliance and operational guidelines for government real property leases.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property under RLP # 36C248-24-R-0184. It serves as a comprehensive framework dictating the contractual relationship between the Government and the Lessor, detailing various provisions, rights, and obligations. Key sections include definitions, subletting and assignment rules, performance defaults, payment terms, and maintenance responsibilities. It addresses critical areas such as subordination and attornment, compliance with laws, and inspection rights, ensuring the property meets safety and legal standards. Detailed payment conditions including the mechanics of prompt payment, system for award management, and financial penalties for delays are prominent. The clauses stress ethical conduct, equal employment opportunities, and the contractor’s adherence to cybersecurity standards while prohibiting contracts with specific entities. The overarching goal of this document is to facilitate a clear, mutual understanding of the terms and conditions that govern the leasing process, emphasizing accountability, compliance, and protection of government interests in real property dealings.
    The GSAR 552.270-33 clause mandates a Foreign Ownership and Financing Representation for entities leasing high-security space to the U.S. Government. This representation, required from offerors and lessors, ensures transparency regarding foreign control and financing. It defines
    The document outlines the Foreign Ownership and Financing Representation requirements for lessors of high-security leased spaces per the General Services Administration Acquisition Regulation (GSAR 552.270-33). It defines key terms such as "foreign entity," "foreign person," "highest-level owner," and "immediate owner." The offeror (property owner) must disclose their ownership structure, including whether any ownership or financing involves foreign entities or individuals. This representation is to be completed upon proposal submission and updated annually by the successful awardee, ensuring data remains current and accurate. Furthermore, the lessor must provide information about immediate and highest-level owners when applicable, asserting whether these entities are foreign. Financing entities involved in the lease agreements must also be disclosed similarly. The document emphasizes the responsibility of the lessor to maintain the accuracy of this information, acknowledging potential liabilities for any misinformation provided to the government. Overall, this representation is a critical part of government contracting procedures, aimed at ensuring national security by regulating foreign involvement in high-security leases.
    Similar Opportunities
    X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a new Primary Care Annex in West Palm Beach, Florida, under Request for Lease Proposal (RLP) No. 36C248-25-R-0031. The VA seeks a contiguous space of 11,886 to 12,000 ABOA square feet, with specific requirements including at least 100 reserved parking spaces and compliance with various standards such as accessibility, fire protection, and energy efficiency. This facility will play a crucial role in providing primary care services to veterans in the area, emphasizing the importance of modern and accessible healthcare infrastructure. Interested offerors must submit their proposals by 3:00 PM ET on January 26, 2026, to Javier Correa Ochoa, the Lease Contracting Officer, at javier.correaochoa@va.gov.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of approximately 49,510 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Santa Maria, California, under Request for Lease Proposals (RLP) No. 36C10F250043. The procurement aims to establish a modern facility that includes essential healthcare services, with specific requirements such as a maximum of three contiguous floors, 300 on-site parking spaces, and compliance with various safety and accessibility standards. This project is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets the operational needs of multiple clinical departments. Proposals are due by January 13, 2026, with a virtual pre-bid conference scheduled for November 13, 2025. Interested parties can contact Bradford L. Seifert at bseifert@ppwashdc.com or call 202-382-2733 for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Veterans Affairs, Department Of
    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.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    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.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.
    Succeeding Lease for Jacksonville CBOC
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking a succeeding lease for the Jacksonville 1 Community-Based Outpatient Clinic (CBOC) located in Jacksonville, North Carolina. The requirement includes a minimum of 15,000 Rentable Square Feet (RSF) to accommodate office space, waiting areas, corridors, restrooms, record functions, and staff support, all of which must comply with the Uniform Federal Accessibility Standards. This facility is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical support in a compliant and functional environment. Interested parties can contact Troy Dolby at troy.dolby@va.gov for further information, noting that the VA intends to negotiate a lease term of up to 20 years without issuing a solicitation or request for proposals.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    Gainesville Pain Clinic Succeeding Lease FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease clinic space for the Gainesville Pain Clinic as part of its FY26 Succeeding Lease initiative. The requirement includes a minimum of 9,004 NUSF/10,355 RSF and a maximum of 9,180 NUSF/10,557 RSF within a specified area of Gainesville, Florida, with a lease term of 7 years (3 firm, 4 soft) and the provision of 40 ADA-compliant parking spaces. This opportunity is critical for ensuring that the VA can continue to provide necessary healthcare services to veterans, adhering to government standards for fire safety, accessibility, seismic, and sustainability, while avoiding locations within a 1% annual chance floodplain. Interested parties, including property owners and brokers, must submit relevant property information, including layouts and pricing, by December 8, 2025, at 3:00 PM EST to Kalisha Baisden at kalisha.baisden@va.gov. This notice serves as a market research effort and is not a solicitation for offers, with no commissions paid by the VA.