X1DB--Providence PT/OT New Location
ID: 36C24124R0109Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

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

    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.

    Point(s) of Contact
    Jennifer FioreLease Contracting Officer
    603-624-4366 x 5831
    jennifer.fiore@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, RI. The Request for Lease Proposal (RLP) has a response deadline of October 9, 2024, at 4:00 PM Eastern Time. This solicitation is identified by the solicitation number 36C24124R0109 and is managed by the Network Contracting Office 1, located in Manchester, NH. Various attachments include requirements for the lease, such as design standards, security needs, janitorial services, and forms necessary for proposal submission. Key attachments provide detailed information on delineated areas, required evaluation protocols, security specifications, and cost-related forms. This initiative is part of the VA’s efforts to expand healthcare access to veterans through improved facility locations, underscoring the importance of compliance with federal guidelines in the leasing process.
    The document provides a detailed overview of key locations and entities surrounding the Miriam Hospital in Providence, Rhode Island, featuring various educational, historical, and commercial establishments. It outlines a geographical context relevant to potential federal or state grant applications and requests for proposals (RFPs), emphasizing access within a 15-minute shuttle drive from significant sites like the Providence VA Medical Center. Key landmarks mentioned include colleges such as Brown University and Providence College, historical sites like the Roger Williams National Memorial and the RISD Museum, as well as notable businesses such as Walmart and Trader Joe's. The mapping of these locations suggests a strategic consideration for service accessibility and community engagement, integral to urban planning or health-related funding initiatives. The purpose of this information is likely to assist in formulating proposals that highlight community resources and accessibility, aligning with the goals of enhancing public health service delivery or educational partnerships within the federal and state framework.
    The document outlines a proposed relocation project for the Physical Therapy (PT), Occupational Therapy (OT), and Prosthetics services at the VA Medical Center in Providence, Rhode Island, with a projected start year of 2024. It details the spatial requirements for various functional areas associated with PT/OT and Prosthetics, including treatment rooms, equipment storage, administrative spaces, and patient areas. A total of 106 rooms are planned, with a combined net area of approximately 13,633 square feet and a gross area of around 17,931 square feet. The file contains room specifications, including unit areas, net areas, and departmental breakdowns to facilitate effective layout planning. These spaces aim to enhance rehabilitation services for veterans by optimizing functionality and accessibility. The relocation and space design emphasize patient care efficiency, staff operations, and welcoming environments for service members and their families. This project represents a significant investment in improving rehabilitation services within the VA system, showcasing the federal government’s commitment to veteran healthcare infrastructure improvements.
    The document outlines the scope of work for architectural and engineering services to build new physical therapy, occupational therapy, and prosthetics departments at the VA Medical Center in Providence, RI. The project, covering approximately 18,000 square feet, requires site surveys, design development, construction documents, and compliance with VA standards, including fire safety and patient privacy. Key tasks include conducting code analyses, preparing conceptual designs, assessing existing facilities, and ensuring energy efficiency. The timeline consists of several phases, with concept designs due 60 days post-notice to proceed, and final documents in 180 days. Cost estimating mandates detailed breakdowns at each design stage. The A/E's responsibilities encompass quality assurance, site visits, and adherence to state and federal regulations, ensuring minimal disruption to ongoing hospital operations. This undertaking reflects the VA's commitment to improving veteran healthcare facilities through comprehensive and compliant construction practices.
    The Request for Lease Proposals (RLP) No. 36C24124R0109 outlines the requirements for comprehensive janitorial services at the Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The Lessor is tasked with providing all necessary supplies, labor, and equipment to ensure cleanliness in public and clinical areas, adhering to VHA, JCAHO, and CDC standards. Key points include performing primary cleaning outside of operational hours, ensuring janitorial staff are screened for conduct, and maintaining detailed safety protocols. Cleaning products must be environmentally friendly, and a specified inventory of materials, including EPA-registered germicides and biodegradable supplies, is mandated. The cleaning schedule is comprehensive, with daily, weekly, biweekly, monthly, and semi-annual tasks outlined, such as mopping, disinfecting surfaces, and maintaining furniture and floors. Special emphasis is placed on preventing cross-contamination and ensuring safety, particularly in patient care areas. The document adheres to government standards for RFPs and grants, delivering a structured approach to maintaining hygiene in clinical settings, emphasizing ecological responsibility and compliance with health regulations. Overall, this RLP reflects the government's commitment to quality healthcare environments through meticulous maintenance practices.
    The document outlines security requirements for facilities classified under Facility Security Level II (FSL II), specifically for leased spaces utilized by the Veterans Affairs (VA). It specifies obligations for the lessor regarding security measures, building design, and site planning, highlighting the importance of protecting critical and sensitive areas. Key components include the installation of video surveillance systems, effective landscaping to minimize concealment, stringent access control measures for both personnel and vehicles, and the requirement for blast-resistant construction materials. Additionally, it mandates the establishment of a Facility Security Plan and ongoing maintenance of security systems. Cybersecurity measures are emphasized to prevent unauthorized connections to federal IT networks, with detailed protocols for incident reporting and data protection. The document aims to ensure the safety and security of VA facilities, patients, and staff through comprehensive guidelines for security infrastructure and procedures, aligning with federal standards in government RFPs and grants.
    The document outlines solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It specifies definitions and procedures for submitting proposals, including instructions for modifications and withdrawals, deadlines, and requirements for late submissions. Offerors are required to maintain compliance with various regulations, such as those concerning equal opportunity evaluation if contracts exceed $10 million. The document also details the execution of leases, including requirements for signatures based on the type of lessor—individuals, partnerships, corporations, or joint ventures. Furthermore, it emphasizes the necessity for offerors to be registered in the System for Award Management (SAM) before the contract award and includes stipulations regarding the handling of proposals in floodplain areas. The document also addresses procedures for the submission of facsimile proposals and the criteria for the government to select the best value offer. Throughout, it reinforces the government’s discretion to reject proposals and its ability to disclose certain information post-award. Overall, the provisions ensure a structured and regulated process for lease proposals in alignment with government policies.
    The GSA Template 3517B outlines general clauses for leases involving the acquisition of leasehold interests in real property by the federal government. The document is structured into categories such as definitions, payment, standards of conduct, audits, disputes, and labor standards, among others. Key clauses address the government's rights concerning subletting, assignment, modifications, maintenance, and inspections of leased properties. Specific provisions include establishing obligations of the lessor and government, detailing payment processes, adhering to labor laws, and ensuring compliance with applicable regulations. The document also emphasizes equal opportunity, small business utilization, and cybersecurity safeguards. It serves as a comprehensive framework for managing federal leases, highlighting legal compliance and protecting government interests. This template supports the objectives of federal RFPs and grants by ensuring transparency, fairness, and accountability in government contracts.
    The document appears to be an incomplete or non-displayed PDF regarding federal and state/local RFPs (Requests for Proposals) and grants. It doesn't contain specific content pertaining to an RFP or grant, but rather provides a message that the PDF viewer may not support the file type. In the context of government RFPs and grants, such documents typically outline funding opportunities, eligibility criteria, application processes, and project requirements aimed at soliciting proposals from eligible organizations and contractors. These documents play a critical role in ensuring transparency and encouraging competition in government-funded projects. The aim is often to promote economic development, improve public services, or address specific community needs through awarded contracts or grants to designated entities. Without the content, the key insights and structures that typically characterize RFPs or grant proposals cannot be summarized.
    The Lessor's Annual Cost Statement serves as a structured document for the General Services Administration (GSA) to determine the estimated annual cost of services, utilities, and ownership associated with leased properties. It requires lessors to furnish detailed information regarding various categories, such as cleaning services, heating, electrical, plumbing, air conditioning, and maintenance costs, both for the entire building and specifically for government-leased areas. The document includes a breakdown of costs associated with salaries, supplies, contract services, utilities, and system maintenance, ensuring comprehensive data for effective market value assessment. Additionally, it seeks information on real estate taxes, insurance, management fees, and maintenance costs, essential for evaluating rent against prevailing local prices. The analysis of this data enhances decision-making in leasing agreements, ensuring compliance with federal policies and transparency in expenses. Lastly, lessors must certify the accuracy of their cost estimates, affirming accountability in financial reporting within government leasing frameworks.
    The document outlines the requirements for estimating Tenant Improvement (TI) and Shell costs associated with a project, specifically for the VA CBOC in Providence, Rhode Island. It provides a detailed template for contractors to accurately input and calculate the costs of materials and labor across various construction divisions (1-33). Key components include defining Tenant Improvements as modifications transforming raw space into a usable facility, along with Shell costs that cover the basic structural and operational requirements of the building. Contractors must complete light blue fields regarding quantities, costs, labor hours, and rates for each division, ensuring inclusion of all relevant subcontractors' soft costs. The document emphasizes that some fees are pre-established under the lease agreement and should be used in the calculations. Moreover, it sets the context for adherence to the General Services Administration (GSA) definitions and the pricing desk guide used in federal projects. Ultimately, the document serves as a comprehensive guide for preparing cost estimates that reflect both material and labor needs, ensuring compliance with established federal guidelines for construction projects.
    The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for proposed office space within buildings. This process is outlined through two parts: Part A and Part B. Part A is to be completed by the Offeror or an authorized representative for spaces below the 6th floor, requiring general building information and basic fire safety evaluations. Key components include confirming automatic fire sprinkler systems, fire alarm systems, exit signage, emergency lighting, and elevator safety measures. Part B is to be completed by a licensed fire protection engineer for spaces on or above the 6th floor. A detailed narrative report must be provided, addressing fire safety conditions, occupancy classifications, means of egress, and compliance deficiencies. This report should detail findings, corrective actions, and code references. Both parts must assert compliance with established building and fire codes, ensuring safety standards are met prior to government acceptance of the offered space. Overall, this document serves to establish safety protocols in government leases, ensuring thorough assessment and compliance to protect occupants and mitigate fire hazards.
    The document serves as a Security Unit Price List for the VA's lease proposal (RLP 36C24124R0109) related to facility security requirements in Providence, R.I. It details various categories of security measures that bidders must price, including methods for controlling employee access at building entrances, visitor access control, and securing critical areas. The document specifies security countermeasures required by the RFP, which must be quoted in unit prices and included in the total costs using GSA Form 1364 as Building-Specific Amortized Capital (BSAC). Additional considerations encompass security systems like video surveillance and intrusion detection, landscaping requirements, and cybersecurity mandates. The prices quoted are fixed post-award and not open for further negotiation. Overall, the document emphasizes the need for comprehensive security enhancements and compliance with established standards in government facilities, reflecting the federal government's commitment to safeguarding its spaces and personnel. This structured approach ensures that all necessary security countermeasures are accounted for in the bidding process.
    The document appears to be a compilation of fragmented data primarily related to various governmental Request for Proposals (RFPs), federal grants, and state/local RFPs, reflecting the bureaucratic processes involved therein. It encompasses various topics including financial allocations, project descriptions, compliance with regulations, and resource requirements for government-funded initiatives. Key segments outline the mechanisms for application submissions, guidelines for eligible entities, evaluation criteria, and the standard procedures for grant management. The document's main focus is on providing a structured approach to procurement and funding requests across different governmental levels, ensuring transparency and accountability in public expenditures. The content is characterized by its technical jargon and procedural language typical in government documents, emphasizing adherence to stringent regulations and the need for detailed project proposals. As such, this file serves as a crucial reference for applicants looking to navigate the complexities of securing government funding, highlighting the importance of meticulous preparation and compliance to maximize funding opportunities.
    The provided document is a representation form concerning certain telecommunications and video surveillance services or equipment as part of government contracting. The primary focus is to ensure that offerors do not use or provide covered telecommunications equipment or services as defined under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The form must be completed by the offerors, indicating whether they will or will not provide such prohibited equipment and services to the government. Key details include definitions of terms related to this provision, explicit prohibitions against contracting with entities using covered telecommunications services after specified dates, and procedures for reviewing the list of excluded parties from federal awards. The offerors are required to provide additional disclosures if they plan to use or supply such equipment or services, including details about the equipment's manufacturer, item descriptions, and the intended usage of these products. The document's structure includes definitions, prohibition clauses, procedural guidelines, and sections for representation and disclosures. Overall, it aims to protect government interests by preventing procurement of potentially risky telecommunications components.
    The document outlines the lease agreement between a Lessor and the U.S. Government, specifically the Department of Veteran Affairs (VA). This lease, identified as Lease No. 36CXXXXXXX, is established for a 20-year term with an initial 10-year firm period, encompassing detailed terms regarding the rented premises, rights, and responsibilities of both parties. Key aspects include the Lessor's obligations to provide the leased space, parking provisions for the Government, and the financial considerations including rental fees, operating costs, and tenant improvements. Notably, the Government retains the right to terminate the lease after the firm term with prior notice. Additional sections elaborate on construction standards, alterations, waste management, and compliance with various safety and accessibility codes. These terms ensure that the facility meets federal requirements while providing necessary operational capabilities for the VA. This lease serves as a vital framework to govern the utilization of the specified space, ensuring adherence to regulatory standards and the overall operational needs of the Government.
    The Government Services Administration (GSA) issued Request for Lease Proposals (RLP) No. 36C24124R0109 for a lease in Providence, Rhode Island, due by October 9, 2024. The government seeks a minimum of 17,931 to a maximum of 18,828 rentable square feet of modern, usable space located within a mile of the Providence VA Medical Center. The lease term is set for 20 years, with an initial 10-year firm period. Proposals must conform to specified layout, security, and environmental requirements, including energy efficiency standards per the Energy Independence and Security Act. The RLP outlines specific eligibility conditions for offers, such as location in a professional area, ADA compliance, and consideration of historic properties. Offerors are required to submit detailed pricing, site plans, and documentation on zoning and environmental conditions. The proposals will be assessed based on technical and price factors outlined in the document, emphasizing the integrity of the facility and compliance with various regulations including the National Historic Preservation Act. This RLP illustrates the government's commitment to providing secure and accessible space for its services while incorporating modern standards and environmental considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C1DZ-A/E Design-Expand Pharmacy-Providence, RI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer (A/E) firms to provide design services for the expansion of the Outpatient Pharmacy at the VA Medical Center in Providence, Rhode Island. The project aims to enhance patient safety and optimize pharmacy services by adding approximately 3,600 square feet of new space and renovating an additional 5,500 square feet of existing pharmacy facilities, thereby improving workflow and reducing wait times. This initiative underscores the federal government's commitment to improving healthcare infrastructure while adhering to strict regulatory standards. Interested contractors must submit a capabilities statement electronically by September 24, 2024, with the estimated construction cost ranging between $5 million and $10 million and plans for advertising the project in November 2024. For further inquiries, contact Heather E. Holland at heather.holland3@va.gov or Dean Flanders at dean.flanders@va.gov.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    C1DA-- Expand Laboratory Services in Building One D-Wing Providence VA Medical Center (VAMC) Providence, RI. Project 650-351 Minor-Design
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for a design project to expand laboratory services in Building One D-Wing at the Providence VA Medical Center (VAMC) in Providence, Rhode Island. The project involves conducting site visits, field investigations, and user interviews to prepare comprehensive drawings, specifications, and cost estimates for the renovation and expansion of the existing laboratory space, which includes approximately 8,260 square feet of new construction and 2,200 square feet of renovated space, along with necessary electrical and HVAC upgrades. This initiative is crucial for accommodating new laboratory equipment and enhancing operational efficiency, with a projected contract value between $10 million and $20 million. Interested firms must submit their capabilities statements electronically by September 20, 2024, to the primary contact, Doniver G. Hamilton, at Doniver.Hamilton@va.gov.
    NEW/REPLACING RICHMOND CBOC LEASE - GLOBAL RLP# 36C25624R0124
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of approximately 42,882 rentable square feet of space in Richmond, Texas, to establish a Community-Based Outpatient Clinic (CBOC). The leased facility must meet specific requirements, including accessibility standards, security measures, and environmental compliance, with a focus on providing a modern healthcare environment for veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 30, 2024, at noon CST. Interested parties can contact Orita A. Jarvis at Orita.Jarvis@va.gmail.com or 281-795-7362 for further details.
    US Government seeks to lease office space in Woonsocket, RI
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Woonsocket, Rhode Island, with specific requirements for the space to be between 5,883 and 6,118 square feet. The desired location must be on a single floor, feature a ceiling height between 9 and 12 feet, and include two accessible elevators if above street level, while ensuring it is free from residential areas and establishments selling alcohol, marijuana, or firearms. This procurement is crucial for providing government office space that meets safety, accessibility, and environmental standards, with a fully serviced lease covering all necessary services and utilities. Interested parties must submit expressions of interest by October 11, 2024, and should contact Eduardo DePina at eduardo.depina@gsa.gov or 617-921-1241 for further details, referencing solicitation number 3RI0123.
    X1DB--New Albany Outpatient Clinic (FY24) 49,262 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the leasing of a new outpatient clinic in New Albany, Indiana, under Request for Lease Proposal (RLP) No. 36C10F24R0055. The project requires a facility with a minimum of 41,873 to a maximum of 49,262 square feet, designed to meet specific construction, security, and accessibility standards, while also adhering to environmental regulations. This initiative is crucial for enhancing healthcare services for veterans, reflecting the government's commitment to providing modernized and accessible facilities. Proposals are due by September 26, 2024, and interested parties should contact Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov for further information.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    AMENDMENT 0001 TO RLP# 36C25624R0124 CBOC - RICHMOND, TX - NEW/REPLACING RICHMOND LEASE - QUESTION & ANSWERS RESPONSE/UPDATE RLP DUE DATE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a new Community-Based Outpatient Clinic (CBOC) in Richmond, Texas, as outlined in Amendment 0001 to RLP 36C25624R0124. The procurement aims to secure a facility that meets specific design and operational standards, ensuring compliance with healthcare regulations and providing a patient-centered medical home for veterans. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), reflecting the government's commitment to supporting veteran-owned enterprises. Interested parties must submit their proposals by October 14, 2024, at 12:00 PM Central Time, and can direct inquiries to primary contact Orita A. Jarvis at Orita.Jarvis@va.gmail.com or secondary contact James (Rich) Hedman at rich.hedman@va.gov.
    X1AA--CALIFORNIA - RANCHO CUCAMONGA - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of nonresidential office space in Rancho Cucamonga, California, specifically for a Community-Based Outpatient Clinic (CBOC). The Request for Lease Proposals (RLP) outlines the requirements and evaluation criteria for potential offerors, emphasizing the need for proposals to conform to the specified guidelines to be considered for award. This procurement is crucial for providing necessary healthcare services to veterans in the area, ensuring they have access to quality medical care. Interested parties must submit their proposals by 5:00 PM PDT on the specified deadline, and for further inquiries, they can contact Dan McGrath at Carpenter/Robbins Commercial Real Estate, Inc. via email at dmcgrath@crcre.com or by phone at 619-840-7842.
    X1AA--CALIFORNIA - PALM DESERT - CBOC - NEW
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of nonresidential office space in Palm Desert, California, as outlined in the Request for Lease Proposals (RLP). The objective is to secure a suitable location for a Community-Based Outpatient Clinic (CBOC), with proposals evaluated based on compliance with the RLP requirements and the Method of Award specified in the documents. This procurement is crucial for providing accessible healthcare services to veterans in the region. Interested parties must submit their proposals by 5:00 PM PDT on the specified deadline, and for further inquiries, they can contact Edward “Teddy” Seifert at tseifert@ppwashdc.com or Raphael Fontela at raphael.fontela@va.gov.