Campbell County Community Based Outpatient Clinic (CBOC) is to be located in Lafollette, TN.
ID: 36C24924R0042Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a real property lease for the Campbell County Community Based Outpatient Clinic (CBOC) to be located in La Follette, Tennessee. The procurement involves leasing approximately 6,750 rentable square feet, with a minimum of 5,000 net usable square feet, to accommodate the needs of the Veterans Health Administration and approximately 27 full-time employees. This facility will serve as a critical healthcare resource for veterans, requiring compliance with various safety, accessibility, and environmental standards. Interested lessors must submit their proposals by October 15, 2024, and can direct inquiries to Mr. Martin Frazier at martin.frazier@va.gov or by phone at 615-225-6960.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Global Lease Agreement template, specifically for the Department of Veterans Affairs (VA) under GSA Lease Template L100 (10/2024). It serves as a formal agreement between a selected lessor and the U.S. Government for leasing office space for a period of 10 years, with specifics on the lease commencement, costs, and terms of alterations and improvements. The main provisions include conditions of the premises, annual rent payment structure, tenant improvement requirements, and stipulations regarding termination and renewal of the lease after a five-year firm term. Notably, the lease incorporates compliance with various construction and environmental standards, labor requirements, and building safety regulations. The document emphasizes the responsibilities of the lessor in ensuring the space meets VA requirements before acceptance. It also instructs bidders not to fill out the lease themselves, as details will be transcribed from their proposal forms. Overall, the agreement underscores the VA’s commitment to providing appropriate facilities for veteran services while maintaining adherence to federal guidelines and standards throughout the leasing process.
    The VA Request for Lease Proposals (RLP) No. 36C24924R0042 seeks offers for a lease in La Follette, TN, due by October 15, 2024. The government requires a minimum of 5,000 to a maximum of 6,750 rentable square feet of modern office space, with a firm lease term of five years and an option for an additional five years. The selected site should meet specific building and neighborhood standards, including security measures, ADA compliance, and adherence to environmental regulations. Key considerations include sufficient parking, accessibility to public transportation, and nearby amenities. Proposals must comply with detailed instructions regarding layout efficiency and pricing terms, utilizing government forms for submission. The RLP emphasizes sustainable practices, energy efficiency, and historical preservation, offering preferences for historic properties. Evaluations will consider layout efficiency, floodplain compliance, asbestos-free environments, and seismic safety. Offers must be complete and submitted electronically, ensuring confidentiality until an award is made. This RLP reflects the government’s commitment to secure, efficient, and compliant leasing for its facilities.
    The document outlines the evaluation process for fire protection and life safety in office buildings as part of a federal Request for Proposals (RFP). It is divided into two sections: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces above the 6th floor, prepared by a licensed fire protection engineer. Both parts assess compliance with local building and fire codes, specifically referencing the National Fire Protection Association (NFPA) standards. Part A includes short-answer and yes/no questions regarding building information, fire protection systems, emergency lighting, and elevators. Offerors must verify installations such as fire sprinklers and alarms, emergency signage, and exits. Part B requires a detailed report highlighting fire safety conditions affecting the specified floor. It mandates the identification of code violations, building construction types, means of egress, emergency power systems, and fire suppression measures. The engineer’s signature confirms assessment accuracy, and corrective action commitments must be provided by the Offeror if deficiencies exist. This evaluation process ensures that facilities meet fire safety regulations, emphasizing the federal government’s commitment to occupant safety in public buildings.
    The government seeks to acquire leasehold interests in real property through a competitive solicitation process. Offerors are required to submit proposals outlining their terms and conditions for review and evaluation. The focus is on selecting a responsible lessor whose proposal offers the best value, with evaluations based on specified factors and subfactors. The government aims to award a lease for a property that meets its requirements and represents a successful value proposition. This process allows the government to establish efficient competitions and conduct discussions with eligible offerors. Offerors are expected to submit their most competitive initial proposals, and those within the competitive range may be invited to revise their proposals. The government reserves the right to waive minor irregularities and amend the solicitation as needed. Key dates include the submission deadline, and offerors must ensure their proposals are received by the designated office on time. Late proposals may be considered under specific conditions. Contract award details, including the contract type and value, are to be determined, but the government indicates its intention to award a lease upon selecting the best offer.
    The procurement objective outlined in this RFP focuses on enhancing the security features of a federal facility. The Lessor is required to implement extensive security measures, aligning with Facility Security Level II (FSL II) guidelines. This encompasses everything from signage and access control to advanced video surveillance systems and intrusion detection technologies. The Lessor must also adhere to stringent cybersecurity requirements, prohibiting connections to federal IT networks and implementing robust building access and control systems (BACS). Technical specifications include DHS and ISC guidelines for video quality and security lighting, while specific equipment standards are outlined for countering potential blast threats, progressive collapse, and forcible entry. The Lessor is responsible for providing detailed procedures for emergency situations, including shutdown protocols for air handling systems and water supply protection. In terms of scope, the Lessor will undertake the design, installation, and maintenance of comprehensive security systems, working closely with the VA. This encompasses VSS coverage of crucial areas, digital recording with stringent storage mandates, and the integration of IDS systems. Additionally, the Lessor is tasked with developing a written Facility Security Plan, Construction Security Plan, and cybersecurity protocols in alignment with federal guidelines. The contract, if mentioned, would likely be a complex hybrid of fixed-price and time-and-materials elements, given the extensive security requirements. The estimated value is not provided, but the rigorous security measures suggest a substantial investment. Critical dates include the submission deadline for proposals and the targeted lease acceptance date, both of which are unfortunately redacted. Evaluation criteria are centered on the Lessor's ability to meet the extensive security requirements, with particular emphasis on their expertise in designing, installing, and maintaining advanced security systems. Compliance with federal standards, cybersecurity capabilities, and the development of security plans are also crucial evaluation factors.
    The government seeks to lease office or commercial space for its operations. This RFP outlines the general clauses and requirements that prospective lessors must adhere to. The space should be delivered ready for occupancy, with the government having the option to progressively occupy partial increments. Lessors must maintain the property and provide periodic inspections to ensure compliance. The government's rent obligations are detailed, along with procedures for adjustments and reductions in certain circumstances. Lessors must also abide by cybersecurity requirements and incorporate specific clauses into their subcontracts. Key dates and timelines for the procurement process are not explicitly mentioned in the provided information. This RFP primarily focuses on outlining the expectations and responsibilities of the prospective lessor.
    The Department of Veterans Affairs seeks to lease a community-based outpatient clinic (CBOC) facility in Campbell County, outlining specific requirements for potential lessors. The primary objective is to procure a purpose-built space tailored to the VA's healthcare needs, with an emphasis on veteran accessibility and safety. The VA requires a varied range of examination, consultation, and support spaces, totaling over 6000 square feet. These include medical exam rooms, consultation rooms, a telehealth room, and spaces for staff and patient amenities. The agency has detailed specific finishings, mechanical systems, and security measures. Notable specifications include LED lighting, wide doorways, and intruder and fire alarm systems. The VA also requires a dedicated IT communications room with robust security features and advanced fire detection systems. Lessors are expected to adhere to the detailed room schedules and design schematics provided, with questions regarding interpretations to be directed to the VA. The scope encompasses adapting the VA's requirements to the specific layout of the proposed space, with final room layouts to be determined during the Design Intent Drawings phase. Security is a key focus, with stringent measures requested beyond those specified in the lease document. This includes robust physical barriers, access control, and alarm systems designed to protect the facility and its occupants. IT infrastructure must adhere to stringent standards, with a dedicated communications room featuring robust security access and fire prevention measures. Contract details are not explicitly mentioned in the provided information, but the VA indicates the lease duration and associated requirements. Potential lessors should expect a detailed evaluation of their proposals, with criteria focused on meeting the specified room schedules, design layouts, and additional requirements, likely leading to a comprehensive lease agreement. Key dates and timelines are not provided in the excerpt, but interested parties are advised to refer to the full lease request proposal for further details. The VA's evaluation process and contractual obligations will likely establish critical dates for submissions and project milestones.
    The document outlines the requirements and process for federal agencies to gather information from architect-engineer (A-E) firms regarding their qualifications for contracts, as stipulated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation (FAR). It emphasizes the necessity for public announcements for A-E services and mandates the selection of at least three highly qualified firms based on demonstrated competence. The information is collected through Standard Form 330, which comprises two parts: Part I focuses on qualifications specific to a contract, while Part II covers the general qualifications of the firm or branch office. Specific sections of the form detail contract information, principal contacts, proposed team members, and resumes of key personnel. Agencies may supplement these instructions and may require specific formats or limitations. The details provided influence the agency's evaluation and selection decisions. The document serves as a guideline for firms to submit necessary information effectively when bidding for federal contracts, ensuring compliance with federal standards and regulations while facilitating efficient project execution and contract negotiation.
    The document provides guidelines for Offerors regarding the procurement of telecommunications and video surveillance equipment/services in accordance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that Offerors disclose whether they will provide (or currently use) covered telecommunications equipment or services in contracts with the Government. The key representations include confirming if such equipment or services will be used or provided, along with a detailed disclosure process if the response is affirmative. Definitions for critical terms such as "covered telecommunications equipment" are included to clarify compliance requirements. The document also outlines procedures for reviewing the System for Award Management (SAM) to ensure that the entities involved are not excluded from federal awards due to concerns related to covered telecommunications. This representation is essential for maintaining security and compliance in government contracts, preventing risks associated with potentially compromised communication technologies.
    The document contains the Request for Lease Proposals (RLP) 36C24924R0042, detailing requirements for a lease offer from potential lessors to the federal government. It includes sections that outline building specifications, financial proposals, and compliance requirements. Key components include the building overview, primary offer details with specific square footage for rentable space, and an established rent table. The RLP seeks information on construction costs, tenant improvements, operating costs, and parking arrangements. Compliance with safety and accessibility standards, as well as implications regarding HVAC, fire safety, and energy efficiency, is also emphasized. There are questions related to free rent or space offers, renewal options, and the status of the property concerning historic designations and HUBZone eligibility, each needing explicit confirmation. Ultimately, the document serves as a blueprint for potential lessors, guiding them through the proposal process to ensure alignment with government standards and financial constraints. This structure is typical for government RFPs, ensuring comprehensive assessments of space offerings for federal needs, while maintaining regulatory compliance and financial accountability.
    The document outlines the requirements and forms related to seismic compliance for federal building leases, emphasizing the need for structural safety in leased properties. It includes pre-award submissions (Forms A-D) confirming seismic evaluations by licensed engineers, detailing compliance with the Standards of Seismic Safety (RP 8). Form A pertains to Benchmark Buildings that meet safety standards; Form B assesses existing buildings for life safety performance; Form C commits to building retrofits or new constructions; and Form D allows claims for exemptions based on space and seismicity. Post-award submissions (Forms E and F) ensure compliance after retrofitting or new construction, certified by the engineer. Each form must be filled out with supporting documentation, including checklists and engineering evaluations. Definitions clarify key terms, with specific references to relevant engineering standards (ASCE/SEI 31 and ASCE/SEI 41). This structured approach in the RLP aims to ensure that all federally leased buildings are compliant with seismic safety requirements, prioritizing the structural integrity and safety of government facilities in various seismic regions.
    The document outlines a request for proposals (RFP) related to the construction and tenant improvements for the Campbell Community-Based Outpatient Clinic (CBOC) in LaFollette, TN, under the Veterans Affairs agency. It specifies the area requirements, with an ABOA (Assignable Square Footage) of 5,000 square feet and a total of 6,750 rentable square feet (RSF), factoring in a common area percentage of 35%. The document breaks down various construction elements as delineated in Masterformat divisions, covering sectors such as general requirements, concrete, masonry, mechanical, and other core areas, all marked as requiring detailed cost estimates. The costs related to tenant improvements and construction are expected to include subcontractors and various construction cost categories, although specific dollar amounts have not been filled in. The document captures parameters essential for bidding, including construction fees, project management, and architectural and engineering costs. Overall, it serves as a framework for contractors to understand the project scope, financial expectations, and compliance requirements for government contracting in a healthcare setting.
    The document, RLP NO. 36C24924R0042, outlines wage determinations for building construction projects in Campbell and Grainger Counties, Tennessee, under the Davis-Bacon Act and pertinent Executive Orders. It specifies the minimum wage rates required for various construction classifications effective in 2024, establishing a wage floor that varies based on contract dates and specific Executive Orders. For instance, contracts initiated after January 30, 2022, necessitate a minimum wage of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour unless higher rates apply. The document provides a detailed breakdown of specific job classifications within construction, including rates and fringe benefits for roles such as electricians, laborers, and sheet metal workers, among others. It also emphasizes compliance with Executive Orders mandating paid sick leave and addresses the requirement for contractors to submit requests for unlisted job classifications if necessary. Overall, the file serves as a regulatory guide for contractors involved in federal construction projects within the designated counties, ensuring adherence to prevailing wage standards and worker protections established by federal law. This aligns with broader efforts to uphold fair labor practices in government-funded construction activities.
    The document is a Request for Lease Proposal (RLP) #36C24924R0042 issued by the VA, outlining the process for landlords (lessors) to submit their annual cost estimates related to leasing space to the government. It comprises two main sections: the Estimated Annual Cost of Services and Utilities (Section I) and the Estimated Annual Cost of Ownership Exclusive of Capital Charges (Section II). Section I requires lessors to detail the costs for various services—including cleaning, heating, electrical, plumbing, air conditioning, and elevators—allocating estimates for the entire building and the government-leased area. Section II addresses costs related to real estate taxes, insurance, building maintenance, and administrative expenses, aiding the government in determining fair market value for the leased space. The document includes specific instructions for measuring rentable areas, submitting cost estimates, and certifying the accuracy of provided information. Overall, the RLP serves to ensure the government only enters leases at competitive rates consistent with local market values, facilitating transparent and accountable leasing processes.
    The Past Performance Questionnaire for the Campbell County Community-Based Outpatient Clinic (CBOC) in LaFollette, Tennessee aims to assess the past performance of contractors submitting proposals for leased space. Issued by the NCO 9 Network Contracting Activity, the document outlines a structured process for gathering evaluations of contractors from assessors knowledgeable about their performance. Section A requires contractors to provide necessary information and authorize the release of past performance data, which must be submitted alongside their proposals by a specified deadline. Section B is dedicated to assessors who will rate the contractor’s quality of service, schedule adherence, and business relations on a scale of acceptable to unacceptable, offering a rationale for their ratings. This feedback is crucial for the government to ensure that contractors can successfully perform the required tasks and maintain satisfactory relationships. The document emphasizes the importance of timely assessments, with explicit instructions for submission of the questionnaires, reinforcing the significance of reliable past performance data for contract awards in government procurement processes.
    The Subcontracting Plan Model provided by the Department of Veterans Affairs (VA) serves as a guide for contractors to meet the federal requirements for subcontracting with small businesses. The model outlines the VA's goals, which include 35% for small business, 5% for small disadvantaged business, 5% for women-owned small business, 3% for HUBZone small business, 12% for veteran-owned small business, and 10% for service-disabled veteran-owned small business for the fiscal year 2015-2016. The document necessitates contractors to form detailed subcontracting plans that specify types of businesses, budget allocations, and percentage goals adjusted for both initial and renewal periods. Furthermore, it requires narratives explaining how goals were set, as well as descriptions of the methods used for identifying subcontracting sources. Notably, contractors must agree to include a “Utilization of Small Business Concerns” clause in subcontracts exceeding $650,000, assuring that equity is provided to small business concerns in procurement opportunities. Regular reporting and record-keeping are mandated to ensure compliance with established goals. Through this model, the VA aims to promote equitable competition among diverse business sectors while enhancing participation in government contracts.
    Similar Opportunities
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The objective is to secure a modern facility that meets specific requirements for accessibility, security, and environmental standards, located within a mile of the Providence VA Medical Center. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the facility complies with federal guidelines and provides necessary services. Interested parties must submit their proposals by October 23, 2024, at 4:00 PM EST, and can contact Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or 603-624-4366 x 5831 for further information.
    X1AA--CALIFORNIA - PALM DESERT - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease related to the establishment of a Community-Based Outpatient Clinic (CBOC) in Palm Desert, California. This Request for Lease Proposals (RLP) outlines the requirements for potential offerors, emphasizing the need for compliance with the specified terms to be considered for award. The leasing arrangement is crucial for providing efficient facilities to support veterans' healthcare services, reflecting the government's commitment to enhancing veterans' access to care. Proposals must be submitted by 5:00 PM PDT on October 18, 2024, and interested parties can contact Edward “Teddy” Seifert at tseifert@ppwashdc.com or Raphael Fontela at raphael.fontela@va.gov for further information.
    X1AA--CALIFORNIA - MURRIETA - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease related to the establishment of a Community-Based Outpatient Clinic (CBOC) in Murrieta, California. This Request for Lease Proposals (RLP) outlines the requirements and evaluation criteria for potential offerors, emphasizing the need for suitable nonresidential building space to support veterans' healthcare services. The amendment to the RLP has extended the deadline for proposal submissions to October 18, 2024, at 5:00 PM PDT, allowing additional time for interested parties to prepare their offers. For further inquiries, potential offerors can contact Edward “Teddy” Seifert at tseifert@ppwashdc.com or Raphael Fontela at raphael.fontela@va.gov.
    X1DB--Milwaukee Vet Center Request for Lease Proposal (RLP)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking lease proposals for a new Vet Center in Milwaukee, Wisconsin, through Request for Lease Proposal (RLP) Number 36C25225R0008. The procurement aims to secure a facility that meets specific requirements, including a minimum of 5,200 square feet of contiguous clinical space, designed to provide a professional and accessible environment for veterans and their families. This initiative is crucial for enhancing the delivery of services to veterans, ensuring compliance with VA standards, and fostering a supportive atmosphere for care. Proposals are due by November 22, 2024, at 4 PM Central Time, and interested parties should contact Matthew Wright at matthew.wright2@va.gov or 414-844-4833 for further information.
    X1DA--Georgetown/Mt Orab OH-VA Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for leasing 11,241 ABOA square feet of space and 75 parking spots in Georgetown, Ohio, to operate a Community-Based Outpatient Clinic (CBOC) under a lease term not exceeding 20 years. The VA aims to identify potential sources, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), registered with the VA’s Vendor Information Pages, to ensure compliance with federal standards and enhance healthcare access for veterans. Interested parties must submit detailed proposals by November 8, 2024, including critical information such as property ownership, site plans, floodplain status, and zoning compliance, with all submissions directed to Kenneth Staiduhar at Kenneth.Staiduhar@va.gov.
    X1AA--Oscoda Clinic Lease New/Replacing Lease (14,000-NUSF)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 14,000 ANSI/BOMA square feet of space in Oscoda, Michigan, intended for use as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations and potential sources for the lease, which may extend for a term not exceeding 20 years, and includes requirements for 100 parking spaces and compliance with federal and local regulations. This opportunity is particularly significant for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) registered at www.vip.vetbiz.gov, as the government is conducting market research to determine if the acquisition should be set aside for these entities. Interested parties must respond by November 11, 2024, at 3:00 P.M. local time, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or Lee Grant at Lee.Grant@va.gov.
    X1AA--West Branch VA Clinic Lease (VA-25-00008711)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 22,000 ABOA square feet of space in West Branch, Michigan, to be utilized as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations that meet specific requirements, including accessibility to public transportation and proximity to essential amenities, while ensuring compliance with federal and local government standards. Interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their responses by November 15, 2024, at 3:00 P.M. local time, and can contact Lisa Newlin at Lisa.Newlin@va.gov or Lee Grant at Lee.Grant@va.gov for further information.
    Veterans Health Administration (VHA) Seeks to Lease 25,050 ABOA sq. ft. of Lab and Warehouse Space in Boise, ID
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration (VHA), is seeking proposals to lease between 23,050 and 25,050 ABOA square feet of contiguous warehouse space in Boise, Idaho, for a warehouse mailout center and optical lab. The space must be located on a single floor, feature a minimum ceiling height of 26 feet, and include at least three loading docks, along with 32 surface parking spaces. This procurement is critical for supporting the operational needs of the VHA, ensuring compliance with federal safety, environmental, and accessibility standards, and enhancing service delivery to veterans. Proposals are due by November 15, 2024, at 5:00 PM MT, and interested parties can contact Deborah Greer at Deborah.Greer@va.gov or Teddy Seifert at Tseifert@ppwashdc.com for further information.
    Augusta Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 4,448 Net Usable Square Feet (NUSF) of Class A office or medical space in Augusta, Georgia, for the Charlie Norwood VA Medical Center. The leased space must accommodate personnel, furnishings, and equipment, and include a fully serviced lease covering janitorial services, basic cable, guest high-speed internet, security monitoring, maintenance, and all utility costs. This procurement is crucial for providing efficient and accessible services to veterans, ensuring that the facility meets specific requirements such as a minimum of 30 parking spaces (including 5 ADA compliant), easy access for special needs transportation, and compliance with safety and security standards. Interested parties should submit their proposals by November 29, 2024, and can contact Kalisha Baisden at kalisha.baisden@va.gov or 803-221-1806 for further information.
    GSA Seeks office space to lease office space in Clarksville, TN
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Clarksville, Tennessee, specifically requiring a total of 2,658 square feet of office space with five surface parking spaces. The leased property must comply with government standards for fire safety, accessibility, seismic considerations, and sustainability, and it must not be located in a floodplain with a 1-percent annual chance of flooding. This opportunity is crucial for providing necessary office facilities for government operations in the area. Interested parties must submit their Expressions of Interest by October 23, 2024, with a market survey estimated for November 15, 2024, and anticipated occupancy by August 7, 2026. For further inquiries, contact Tye Battle at Tye.Battle@gsa.gov or Tyrekca Miller at Tyrekca.Miller@gsa.gov.