McAllen Texas Mental Health Clinic (New Replacing Lease)-Canceled
ID: 36C24W25R0057Type: 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 OFFICE BUILDINGS (X1AA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide a lease for a new mental health clinic in McAllen, Texas, following the cancellation of the previous Request for Lease Proposal (RLP No. 36C24W25R0057). The facility must encompass approximately 16,274 to 17,088 rentable square feet, comply with modern building standards, and include at least 100 designated parking spaces, with a focus on safety, accessibility, and sustainability. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational and safety requirements. Interested parties should direct inquiries to Andre Pharms at Andre.Pharms@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov, with proposals due by April 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) issued an amendment to its Request for Lease Proposal (RLP) No. 36C24W25R0057. This updated solicitation is set aside specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). If no acceptable offers from SDVOSBs are received by April 11, 2025, the solicitation may be amended to allow other interested entities to participate. Communication regarding this RLP will occur exclusively through email until all proposals are evaluated, ensuring transparency and proper management. Additionally, the VA clarified that the lease will not support inpatient admissions; rather, it will consist of consultation offices requiring a maximum of three general restrooms, as opposed to private facilities for patient rooms. Interested parties may access the Program for Design document starting on page six of Exhibit B. This comprehensive approach indicates the VA's intention to maintain a structured and fair procurement process while addressing specific design and operational needs for a mental health support facility.
    The document outlines the terms and conditions for a lease agreement between a lessor and the U.S. Government, represented by the General Services Administration (GSA). It details the responsibilities of both parties concerning the leased premises, including the rental terms, alterations, termination rights, and renewal options. The lease encompasses specified rental amounts, including shell rent, operating costs, tenant improvements, and parking fees, with stipulations for adjustments based on occupancy and real estate taxes. The lease emphasizes the Government's exclusive use of the space and associated appurtenant rights, while also establishing the Lessor's obligations for maintenance and necessary improvements prior to Government occupancy. It includes provisions for tenant improvement allowances and details how alterations may be requested and billed. The document also outlines processes for tax adjustments, broker commissions, and changes in ownership or novation. This lease template serves as a foundational legal framework for federal leases, ensuring compliance with federal regulations and clarity in the expectations of both parties throughout the agreement's duration.
    The document outlines the Statement of Work (SOW) for leasing a facility for the McAllen Mental Health Clinic, under the VA Texas Valley Coastal Bend Health Care System. It details the required space, parking, maintenance, and security specifications for the leaser. The space must accommodate a reception area, consultation rooms, group rooms, and various utility rooms, all located on one floor within a certain distance from an ambulance dispatch center. A dedicated parking area for 100 vehicles, including ADA-compliant spaces, is also required. The lessor is responsible for all utilities, maintenance, and housekeeping services, including stringent cleaning protocols in line with healthcare standards, particularly regarding high-contact areas. Additional responsibilities encompass pest control, waste management, and adhering to safety regulations. Tenant improvements must facilitate security systems, IT infrastructure, and compliance with future electronic health record management requirements, necessitating significant upgrades and preliminary designs. This comprehensive SOW ensures the facility meets operational and safety needs for mental health services, reflecting government mandates for healthcare delivery.
    The document outlines the Statement of Work (SOW) for leasing a facility for the McAllen Mental Health Clinic, part of the VA Texas Valley Coastal Bend Health Care System. The facility must accommodate 50 staff members and include various functional rooms such as reception, consultation, and program support. It must be located within a 9-minute drive from an ambulance dispatch and away from adult entertainment and alcohol businesses. Parking for 100 vehicles, including 15 ADA-accessible spots, is required, with security measures in place. The Lessor is tasked with providing utilities, housekeeping, and maintenance services, ensuring compliance with health and safety standards, especially regarding cleaning protocols amid COVID-19. The document specifies pest control responsibilities, landscape maintenance, and waste management strategies, including diversion of non-hazardous waste. Additionally, tenant improvements are necessary, including robust electronic and IT security systems tailored to VA standards and emergency power provision. Notably, the Lessor must support the transition to the new Electronic Health Record Management (EHRM), involving substantial infrastructure upgrades to ensure operational efficiency. This SOW reflects the VA's commitment to enhancing mental health care through suitable facilities and adherence to stringent regulatory requirements.
    The VA Security Requirements document outlines security protocols for facilities designated as Facility Security Level I (FSL I). It details essential security measures, including site security criteria, structural requirements, facility entrance security, and interior security standards. Key aspects include signage indicating federal facility status, appropriate lighting, blast resistance criteria, and the installation of intrusion detection systems (IDS) and video surveillance systems (VSS). Specific areas, such as critical zones (e.g., pharmacies and IT rooms), must have enhanced security measures including electronic access control and monitoring. Additionally, the document emphasizes cybersecurity standards, prohibiting connections to federal IT networks and mandating adherence to established cybersecurity practices. Lessor responsibilities include developing a Facility Security Plan and maintaining security systems, with consequences for any lapses. This document serves to ensure the safety of both VA facilities and the individuals within them, reflecting governmental priorities in upholding security and operational integrity.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property, detailing the instructions for offerors. It defines critical terms such as "discussions," "proposal modifications," and "proposal revisions," emphasizing the submission procedures, including the treatment of late proposals and necessary documentation for compliance. The government aims to award a lease to the offeror providing the best value, retaining the right to reject proposals as deemed necessary. The document also emphasizes compliance evaluations for contracts exceeding $10 million and mandates that offerors must be registered in the System for Award Management (SAM). Key sections address protest procedures, the need for unique entity identifiers, and stipulations regarding Federal Acquisition Supply Chain Security Act orders. Overall, the file serves as a guideline to ensure integrity, transparency, and compliance in the leasing process within government procurement protocols.
    The document outlines the General Clauses for leases involving the acquisition of leasehold interests in real property by the U.S. Government. It includes various clauses categorized under general terms, performance obligations, payment conditions, standards of conduct, adjustments, audits, disputes, labor standards, small business participation, cybersecurity, and other relevant provisions. Key points include definitions, subletting and assignment rights, compliance with applicable laws, maintenance responsibilities, and payment structures. Additionally, it establishes requirements for prompt payment, anti-kickback procedures, and safeguarding contractor information. The structure emphasizes the interdependence of obligations, the implications of defaults by the lessor, and the necessary documentation for lease acceptance. Overall, this comprehensive set of clauses ensures clear guidelines for contractual relationships between the Government and lessors while adhering to federal regulations. This document serves as an essential resource in the context of federal government RFPs and grants, guiding effective and compliant property leasing processes.
    The document is not accessible as it appears to be a broken PDF link or an incompatible format for viewing. As such, no content can be analyzed or summarized. To effectively proceed, the proper document is needed for review and summarization of its main topics, key ideas, and supporting details. Please provide the correct content for analysis.
    The Lessor's Annual Cost Statement serves as a critical document for the General Services Administration (GSA), outlining estimated annual costs of services, utilities, and ownership for buildings leased to the government. The document is structured into two main sections: one detailing the estimated annual costs associated with services and utilities, and the other focused on ownership costs exclusive of capital charges. Key categories in the first section cover cleaning, heating, electrical, plumbing, air conditioning, security, and maintenance, requiring lessors to provide their best cost estimates or prior year's actual costs. Section II addresses ownership expenses such as real estate taxes, insurance, and management fees. The completion of this statement ensures that rental charges align with prevailing community standards. The file highlights the importance of transparency in cost estimation for leased properties, ensuring fair market value assessment. By mandating detailed disclosures, the GSA aims to maintain accountability and consistency in federal leasing agreements, which is essential to support sound fiscal management in government operations.
    The document outlines the prelease fire protection and life safety evaluation requirements for offered spaces in government buildings, differentiated by floor location. Part A applies to spaces below the sixth floor and should be completed by the Offeror or a representative, while Part B applies to spaces on or above the sixth floor and must be completed by a licensed professional engineer specializing in fire protection. The evaluations include compliance checks with local building and fire codes, assessments of fire safety systems, egress arrangements, and identification of hazardous conditions. Part A consists of basic questions regarding the building's fire alarm systems, emergency lighting, and means of egress, while Part B requires a comprehensive narrative addressing deficiencies, compliance with safety codes, and recommendations for corrective actions. The document emphasizes the need for accurate reporting and compliance assurance by the Offerors before government acceptance, ensuring that facilities meet the necessary fire safety criteria. Overall, this prelease evaluation focuses on establishing a safe environment for government occupants while adhering to federal safety standards.
    The document outlines General Decision Number TX20250255, effective January 3, 2025, concerning wage determinations for building construction projects in Hidalgo County, Texas. It specifies wage rates for various employment classifications, adhering to the Davis-Bacon Act and related Executive Orders (EOs) which mandate minimum wage requirements for federal contracts. Key points include the applicability of EO 14026 and EO 13658 based on contract dates, with minimum hourly rates set at $17.75 and $13.30, respectively. A list of wage rates for various roles in construction, from boilermakers to truck drivers, is included along with the requirement for additional classifications through conformance requests when necessary. The document also emphasizes worker protections under EO 13706, which establishes paid sick leave for federal contractors, and provides detailed instructions on the appeals process for wage determination disputes. Overall, this decision informs contractors about compliance requirements related to wages and protections for workers involved in federally funded construction projects.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," complying with Section 889 of the National Defense Authorization Act for Fiscal Year 2019. It mandates that offerors disclose if they will provide or use any covered telecommunications equipment or services when bidding for federal contracts. Specifically, the document includes definitions of terms such as "covered telecommunications equipment," and outlines prohibitions against procuring equipment that comprises essential components of a system, thereby safeguarding government interests against potential security threats. Offerors must confirm whether they will or will not provide such equipment and services, alongside detailing any relations to excluded entities listed in the System for Award Management (SAM). If an offeror indicates they will provide such items, they are required to disclose detailed information regarding the equipment and its usage to facilitate compliance assessment. The document also emphasizes the importance of conducting reasonable inquiries to ascertain that telecommunications equipment does not compromise the integrity of the services provided to the government. Overall, it serves as a stringent measure to prevent security risks stemming from specific telecommunications technologies in government contracting.
    This document outlines the financial framework for Tenant Improvements (TI) related to federal government Requests for Proposals (RFPs) and grants, emphasizing construction cost estimates and management fees. It categorizes expenses across multiple divisions using a structured approach based on the Masterformat CSI system, addressing aspects such as general requirements, concrete work, plumbing, and electrical systems, among others. The document includes a layout for itemized cost estimation that captures material, labor, and total costs for each construction division, tailored to government requirements. Each division is supported by specific examples of typical materials and labor necessary for completion. It highlights Building Specific Amortized Capital (BSAC) for security enhancements, reinforcing compliance with safety standards during construction. Additionally, it underscores the necessity for clear documentation and accurate pricing evaluations, ultimately streamlined to ensure comprehensive project oversight and alignment with federal standards. This framework promotes transparency and accountability within the procurement cycle for government-related construction projects, fostering efficient resource management while maintaining compliance with regulations. Overall, the intent is to provide a structured and detailed cost analysis for projects that meet government specifications.
    The document outlines the use of Standard Form 330, utilized by federal agencies to gather qualifications from architect-engineer (A-E) firms for contract selection. It describes the legal framework governing these selections, ensuring fair and competitive processes as mandated by the Selection of Architects and Engineers statute. Agencies announce their needs for A-E services publicly and evaluate firms based on their demonstrated competence through various criteria detailed in the form. The document is structured into two main parts: Part I focuses on contract-specific qualifications, requiring detailed information such as contract titles, firm roles, key personnel resumes, and relevant project examples that showcase the firm's capabilities. Part II addresses general qualifications, capturing firm details, employee distribution by discipline, annual revenues, and professional qualifications. Overall, the purpose of the form is to standardize data collection for A-E firms, facilitating informed selection processes for federal projects while promoting small business engagement in federal contracting opportunities.
    The document outlines the qualifications and financial information required from contractors by the U.S. General Services Administration (GSA) for federal contracts. It includes sections for general organizational details, financial statements, government indebtedness, and supplier information. Contractors must disclose their type of organization, taxpayer ID, business establishment date, and ownership details. They are also required to provide information about their financial condition through balance sheets and income statements. Key components include inquiries about prior bankruptcies, judgments, or pending suits, along with details on any federal debts. Contractors must report on current government financing and list any past due accounts payable to suppliers. The document also delves into specific construction contracts and jobs completed in the last five years. An important part of the submission is the certification section, ensuring that all provided information is accurate and up-to-date. This form is vital for assessing the financial stability and compliance of contractors, ultimately supporting the federal procurement process by establishing reliability and creditworthiness in prospective business relationships.
    The Veterans Health Administration (VHA) is soliciting Lease Proposals (RLP No. 36C24W25R0057) for approximately 16,274 to 17,088 rentable square feet of office space in McAllen, Texas, with offers due by April 11, 2025. The selected space must comply with modern building standards, include at least 100 designated parking spaces, and provide amenities within a 2,640-foot walkable distance. The lease term is 20 years, including a 10-year firm period and government termination rights after this term. Proposals will be evaluated based on compliance with listed requirements, including safety, accessibility, and sustainability standards. Offerors must not present space that includes incompatible uses or locations within floodplains. Security measures are also a primary concern, requiring an assessment of existing conditions and potential upgrades per federal guidelines. The document details submission instructions, proposal requirements, and evaluations, stressing the importance of all submissions adhering strictly to the outlined plans to meet government standards. This RLP illustrates the government's commitment to secure, accessible, and environmentally responsible facilities for veteran healthcare services.
    The Department of Veterans Affairs issued an amendment to the Request for Lease Proposal (RLP) No. 36C24W25R0057, effective March 17, 2025. This amendment aims to clarify certain aspects of the RLP and Statement of Work, addressing questions outlined in Attachment #A. Key modifications include revising section 4.04(A) to explicitly mention “Service-Disabled Veteran-Owned Small Business” and updating Exhibit B, which delineates agency requirements related to Cleaning & Disinfection Guidance Standards and Enhanced Safety Practices across four additional pages. All other terms and conditions remain unchanged, ensuring that the core requirements of the original RLP stay in effect. The adjustment reflects the federal commitment to inclusivity in procurement processes and augmented health safety standards pertinent to the agency's operational protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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--AUSTIN TX Succeeding Lease Ad/EOI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 233,894 ABOA square feet of laboratory and clinic space in Austin, TX, for a term of up to 20 years. This procurement aims to ensure the continuation of vital outpatient care at the existing Austin Outpatient Clinic, with specific requirements including 1,278 parking spaces, contiguous ground floor space, and compliance with zoning and flood plain regulations. The delineated area for submissions is strictly defined, and alternative spaces will be considered if they are economically advantageous. Interested parties must submit detailed property information and compliance evidence by December 16, 2025, at 5:00 PM EST, with specific certifications required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). For further inquiries, contact Jamie F Thompson, Supervisory Realty Specialist, at james.thompson23@va.gov.
    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.
    X1DB--Notice of Intent to Sole Source, Fort Worth TX Rental of Space
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 177,230 ABOA square feet of laboratory and clinic space in Fort Worth, Texas, as part of its initiative to establish a new outpatient facility. This procurement aims to secure a location that meets specific requirements, including being contiguous on the ground floor, not located in a 100-year floodplain, and zoned appropriately for VA use, with a lease term of up to 20 years. The selected space will play a crucial role in continuing to provide essential outpatient care, as the current lease expires on September 30, 2030. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit detailed property information and compliance evidence by 5:00 PM EST on December 16, 2025, to the primary contact, Jamie F. Thompson, at james.thompson23@va.gov.
    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.
    LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to acquire a lease for a Community Based Outpatient Clinic (CBOC) in Paso Robles, California, to support the VA Greater Los Angeles Healthcare System. The procurement requires approximately 6,960 rentable square feet of space to provide Primary Care, Mental Health, and other essential services for Veterans, with a firm lease term of 10 years. This initiative is crucial for enhancing healthcare access for Veterans and must comply with federal laws, building codes, and the Americans with Disabilities Act, while being conveniently located near public transportation. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), are encouraged to submit expressions of interest, including property details and proof of ownership, via email to Garry Alexander at Gary.Alexander@va.gov by 4:00 PM PDT on December 19, 2025.
    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.
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    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.
    Q702--El Paso Health Care Center IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.