McAllen Texas Mental Health Clinic (New Replacing Lease)
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 soliciting lease proposals for a new mental health clinic in McAllen, Texas, aimed at replacing an existing lease. The facility must provide approximately 16,274 to 17,088 rentable square feet, accommodate 50 staff members, and include essential amenities such as at least 100 parking spaces, with specific requirements for security and compliance with health and safety standards. This procurement is critical for enhancing mental health services for veterans, ensuring that the facility meets modern building standards and is located within a suitable distance from emergency services. Proposals are due by April 11, 2025, and interested parties should contact Andre Pharms at Andre.Pharms@va.gov or 214-857-1192 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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, 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of up to 41,300 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for veterans. The facility must meet specific requirements, including being contiguous, compliant with the Americans with Disabilities Act (ADA), and equipped with 135 on-site parking spaces, while adhering to stringent technical specifications for healthcare services. This initiative aims to enhance healthcare delivery for veterans, ensuring a modern and accessible environment for various medical services. Interested parties must submit their proposals by April 3, 2025, at 1:00 PM CST, and must be registered in the System for Award Management (SAM) with a Unique Entity ID Number (UEI). For further inquiries, contact Christina Richardson at Christina.Richardson1@va.gov or Joycellyn Williams at joycellyn.williams@va.gov.
    X1AA- Lease for Amarillo, TX Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA square feet of office space for a Vet Center in Amarillo, Texas. The selected location must meet specific criteria, including the provision of at least 20 parking spaces (with ADA-compliant options), and must not be situated within FEMA's 1% annual chance floodplain, while also adhering to zoning, accessibility, and proximity requirements to amenities and public transport. This initiative is part of the VA's commitment to enhancing facilities for veteran services and promoting small business participation in federal contracting, with a lease term anticipated to last up to 20 years, including a firm 5-year term. Interested vendors must demonstrate SDVOSB or VOSB status and submit their responses by 5 PM CST on March 19, 2025, to the designated contacts, Dominic Mabine and Nicholas "Britt" Williams, at the provided email addresses.
    X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for a Comp & Pen clinic located in San Diego, California. The procurement aims to secure approximately 13,065 ABOA square feet of space that meets specific healthcare facility standards, including compliance with seismic safety, environmental considerations, and security requirements. This facility will play a crucial role in providing essential services to veterans, ensuring accessibility and patient-centered care as outlined in the Patient Aligned Care Team (PACT) model. Interested offerors must submit their proposals by March 31, 2025, and can direct inquiries to Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    X1AA- Health Services Research & Development (HSR&D) Admin RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the leasing of office space for the VA Ann Arbor Healthcare System, specifically under the Health Services Research & Development (HSR&D) Admin RLP. The procurement aims to secure a facility that accommodates between 16,429 to 22,179 rentable square feet, including 90 parking spaces, with a lease term of up to 20 years and options for early termination. This initiative is crucial for enhancing healthcare infrastructure for veterans, ensuring compliance with security, accessibility, and environmental standards. Interested parties must submit their proposals by March 26, 2025, and can direct inquiries to Danielle Butler at danielle.butler1@va.gov or Theodore Posuniak at theodore.posuniak@va.gov.
    Sources Sought Notice: Eastside Urgent Care & Ancillary Services, East El Paso, TX (New Lease)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of Eastside Urgent Care & Ancillary Services located in East El Paso, Texas. This opportunity is specifically set aside for 8(a) certified businesses under the Small Business Administration, focusing on the leasing of nonresidential buildings, particularly for healthcare services. The procurement is crucial for providing necessary urgent care and ancillary services to veterans in the region, ensuring they have access to quality healthcare. Interested parties should note that the proposal submission deadline has been extended to March 24, 2025, at 2:00 PM CST, and may contact Ginger A. Coburn or Jeffrey R. Deering for further information.
    X1DB--Burlington, VT Outpatient Clinic minimum of 40,671 to a maximum of 43,577 of ANSI/ABOA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a new outpatient clinic facility in Burlington, Vermont, under Request for Lease Proposal (RLP) No. 36C10F24R0015. The facility must provide between 40,671 and 43,577 ANSI/ABOA square feet of compliant space, adhering to modern construction standards and various federal regulations, including energy efficiency and accessibility requirements. This initiative is crucial for enhancing healthcare services for veterans in the area, ensuring they receive quality outpatient care in a well-equipped environment. Proposals are due by March 21, 2025, and interested parties should contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov for further information.
    X1DB--501 Silver City CBOC - Succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking sources for a succeeding lease for the Silver City Community-Based Outpatient Clinic (CBOC) in New Mexico, as the current lease is set to expire on April 7, 2026. The VA intends to lease approximately 6,437 rentable square feet of space, with an occupancy requirement by April 8, 2046, and is open to considering alternative spaces that are cost-effective. This procurement is crucial for ensuring the continued provision of healthcare services to veterans in the Silver City area, with specific requirements including a single-floor layout, on-site parking for at least 45 vehicles (including ADA-compliant spaces), and locations outside the 100-year flood plain. Interested property owners or brokers must submit detailed documentation by March 24, 2025, to the Lease Contracting Officer, Misty Pham, at misty.pham@va.gov or by phone at 562-708-7191.
    X1DB--Santa Ana MH II - 10 year Succeeding
    Buyer not available
    The Department of Veterans Affairs is seeking leased space for its Long Beach Healthcare System in Santa Ana, California, as part of a Sources Sought Notice. The procurement aims to secure a lease of up to ten years for a property that meets specific requirements, including a minimum of 3,000 rentable square feet, on-site parking for at least 70 vehicles, and compliance with accessibility standards and federal regulations. This initiative is crucial for ensuring that the VA can provide adequate healthcare services while adhering to safety and accessibility guidelines. Interested property owners or their representatives must submit documentation demonstrating compliance with the VA's requirements by the specified deadline, and inquiries should be directed to Realty Specialist Arveejohn D Vinas at arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DZ--Space for Lease in Northeast Philadelphia, PA for Veteran's Center RSF: 5,390 | NUSF: 3,992
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of space in Northeast Philadelphia, PA, specifically for a Veteran's Center, with a requirement of approximately 5,390 rentable square feet and 3,992 net usable square feet. The leased facility will support essential services for veterans, emphasizing accessibility, security, and compliance with federal standards, including specific room configurations and technological infrastructure. Proposals are due by March 24, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.