ContractCombined Synopsis/Solicitation
Melbourne New/Replace Lease
DEPARTMENT OF VETERANS AFFAIRS• 36C24826R0078
Response Deadline
Jun 8, 2026
31 days left
Days Remaining
31
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation
Contract Opportunity Analysis
The Department of Veterans Affairs is seeking a lease for the FY26 New Replacement/Relocation Melbourne Vet Center in Melbourne, Florida. The requirement is for a fully serviced, turnkey facility that provides 4,833 to 4,990 ABOA square feet of contiguous space and 30 secured, lit surface parking spaces, with detailed agency-specific room, security, and fit-out requirements. The lease calls for modern building standards, accessibility, fire protection, energy compliance, and FSL II security features, along with utilities, janitorial service, basic cable, high-speed internet, and related security systems. Offers are due by June 8, 2026 at 3:00 p.m. Eastern Time, and the point of contact is Shanel Joe at Shanel.joe@va.gov.
Classification Codes
NAICS Code
531120
Lessors of Nonresidential Buildings (except Miniwarehouses)
PSC Code
X1DB
LEASE/RENTAL OF LABORATORIES AND CLINICS
Solicitation Documents
RLP - 36C24826R0078_ Melbourne Vet Center _May 2026_01.pdf
PDF•640 KB•May 8, 2026
AI Summary
This Request for Lease Proposals (RLP) No. 36C24826R0078 is issued by the Department of Veterans Affairs (VA) for a lease in Melbourne, FL. The RLP outlines instructions and requirements for proposals, with offers due by June 8, 2026, at 15:00 Eastern Time. The Government seeks 4,833 to 4,990 ABOA square feet of contiguous space within a specified area, requiring 30 secured and lit surface parking spaces. The lease term is 20 years, with a 5-year firm term and government termination rights. Key requirements include modern building standards, accessibility, fire protection, and compliance with the Energy Independence and Security Act. Offerors must submit a comprehensive proposal package, including financial commitments, zoning compliance, ownership evidence, and various environmental and safety documentation. The lease will be a fully serviced, turnkey agreement, with rent covering all Lessor costs, including shell upgrades, tenant improvements, operating costs, and security upgrades. Proposals will be evaluated based on the method of award detailed in the RLP, with an emphasis on obtaining an operating lease score.
Exhibit A - 36C24826L0010 Lease _ May 2026.pdf
PDF•788 KB•May 8, 2026
AI Summary
This government lease document, VA-36C24826L10010, outlines the terms and conditions for leasing property to the Department of Veterans Administration (VA). It covers essential aspects such as lease duration (20 years, 5 years firm), rent structure including shell rent, operating costs, tenant improvements, and parking. Key provisions detail termination and renewal rights, rent adjustments for operating costs and real estate taxes, and specific requirements for the building's construction, maintenance, and various systems (fire, HVAC, electrical). The document also addresses environmental considerations like radon, hazardous materials, and waste management. It emphasizes the Lessor's responsibilities for professional quality and adherence to government standards, along with financial and technical deliverables post-award. The lease incorporates several exhibits and general clauses, underscoring compliance and detailed operational guidelines for the leased premises.
Exhibit B - Agency Specific Requirement .pdf
PDF•22390 KB•May 8, 2026
AI Summary
The 10RCS/STA703 VET CENTER project outlines comprehensive requirements for the lease, design, and outfitting of a Vet Center facility in Melbourne. The Lessor is responsible for providing all materials, parts, and labor, ensuring the space meets specific agency requirements, GSA Global Lease standards, and stringent regulations. The lease is fully serviced, including utilities, janitorial services, basic cable, high-speed internet, and security systems with CCTV monitoring and quarterly testing. The document details extensive spatial and room requirements, covering exterior elements like a 50 AMP outlet for a Mobile Vet Center, exterior cameras, and a flagpole. Interior specifications include detailed designs for the entrance, lobby, restrooms, reception area, offices, group therapy rooms, kitchen break room, housekeeping, supply room, storage room, and telecommunications infrastructure. Key features include accessibility, sound isolation (STC 45), security systems (FSL II, VSS, Access Control, IDS, Duress Alarm, Nurse Call), and specific finishes. Signage requirements are meticulously defined for both exterior and interior applications, adhering to VA branding and ADA compliance. The project emphasizes safety, security, and a high standard of facility readiness for Veterans' services.
Exhibit C - Security Requirements FSL Level II_ Oct 2024.pdf
PDF•317 KB•May 8, 2026
AI Summary
This government file outlines comprehensive security requirements for Facility Security Level II, applicable to federal government RFPs, federal grants, and state/local RFPs. It details the Lessor's obligations for various security measures, including employee and visitor access control, securing critical areas with high-security locks, and accommodating retail spaces with separate entryways. The document emphasizes the importance of a Design-Basis Threat (DBT) assessment to identify and implement necessary countermeasures, which are to be priced as Building Specific Amortized Capital (BSAC). Key areas covered include facility entrances, common areas, interior government spaces, site and exterior building security (landscaping, HAZMAT storage, parking), and advanced security systems like Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and Duress Alarms. The Lessor is responsible for the design, installation, and maintenance of these systems, with government oversight and specific technical requirements. Furthermore, the file addresses structural security, emergency generator protection, air intake security, and operational/administrative aspects such as cooperation with the Facility Security Committee and strict control over building information. A significant portion is dedicated to cybersecurity, prohibiting the connection of building and access control systems (BACS) to federal IT networks and outlining protocols for incident response and recommended cyber protection measures aligned with DHS ICS-CERT, NIST-CSF, and OWASP Top 10 Project guidelines. The document also provides specific guidance on secure coding practices and system hardening.
Exhibit D -3516 Solicitation Provisions_3-2026.pdf
PDF•161 KB•May 8, 2026
AI Summary
This GSA template outlines solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, lease execution, protest procedures, and system registrations. Key sections include definitions for proposal terms, guidelines for submitting and modifying proposals (including conditions for late submissions), and restrictions on data disclosure. It details requirements for lease awards, emphasizing best value and the government's right to reject proposals. The document also specifies who must execute leases (individuals, partnerships, corporations, joint ventures, or agents) and outlines procedures for serving protests. Furthermore, it mandates registration in the System for Award Management (SAM) for offerors and addresses security prohibitions related to telecommunications equipment, FASCSA orders, and business operations in Sudan and Iran.
Exhibit E - 3517B General Clauses Apr. 2026.pdf
PDF•419 KB•May 8, 2026
AI Summary
This GSA Template 3517B outlines the general clauses governing the acquisition of leasehold interests in real property for the U.S. Government. It categorizes 54 clauses into areas such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses address definitions, subletting and assignment, successors bound, subordination, statement of lease, substitution of tenant agency, no waiver, integrated agreement, mutuality of obligation, and default by lessor. Performance clauses cover inspection, delivery and condition, progressive occupancy, maintenance, fire and casualty damage, compliance with law, alterations, and acceptance of space. Payment terms detail prompt payment, assignment of claims, and electronic funds transfer. Cybersecurity clauses address safeguarding information systems, personal identity verification, and prohibitions on certain foreign-made equipment and services, including those from Huawei, ZTE, Hytera, Hikvision, Dahua, and Kaspersky Lab, as well as TikTok and FASC-prohibited unmanned aircraft systems. The document emphasizes compliance with federal regulations and ensures the Government's rights and responsibilities as a tenant.
Exhibit F - GSA Form 1364 Proposal to Lease Space Jan 2023_01.pdf
PDF•1661 KB•May 8, 2026
AI Summary
The provided document indicates that it requires Adobe Reader 8 or higher for viewing and suggests that the user may not have the necessary software installed or properly configured. It directs users to a specific Adobe website for information on how to install Adobe Reader and configure their viewing environment. This document is likely a placeholder or an error message encountered when attempting to access a government file, such as an RFP, grant application, or other official document, which is typically distributed in PDF format.
Exhibit G - Form 1217 - Lessor_s Annual Cost Statement _Nov. 2016.pdf
PDF•1289 KB•May 8, 2026
AI Summary
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors responding to federal Requests for Lease Proposals (RLPs). It requires lessors to provide detailed estimated annual costs for services, utilities, and ownership for both the entire building and the government-leased area. Section I focuses on services and utilities furnished as part of the rental consideration, including cleaning, heating, electrical, plumbing, air conditioning, and elevators, breaking down costs into categories like salaries, supplies, and system maintenance. Section II addresses ownership costs exclusive of capital charges, such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes transparency in cost estimation to help the government determine fair market value for leased spaces, ensuring consistency with prevailing community rates. Lessors must certify the accuracy of their estimates.
Exhibit H - Prelease FPLS Evaluation GSA Form 12000.pdf
PDF•192 KB•May 8, 2026
AI Summary
The General Services Administration's (GSA) Form 12000 outlines the Fire Protection and Life Safety Evaluation for Office Buildings. This two-part form is crucial for federal government prelease agreements. Part A, completed by the Offeror for spaces below the 6th floor, gathers general building, fire protection, life safety system, and egress information. Part B, for spaces on or above the 6th floor, requires a detailed narrative report from a licensed professional engineer, covering comprehensive building evaluations, including fire suppression, alarm systems, and elevators. Both parts adhere to fundamental code requirements, prioritizing compliance with current building and fire codes, particularly NFPA 101 Life Safety Code for egress. The form emphasizes detailed assessments to ensure the safety and compliance of offered spaces.
Exhibit I - Security Unit Price List FSL II _Oct 2024.xlsx
Excel•20 KB•May 8, 2026
AI Summary
The “Security Unit Price List (Level II)” document outlines the pricing framework for security countermeasures in federal government leases, specifically for Federal Security Level II (FSL II) facilities. It serves as a guide for lessors to quote unit prices for security enhancements identified in lease agreements, design intent drawings, and construction documents. The document details various security aspects across facility entrances, interiors, exteriors, and security systems, categorizing them as 'Priced in Shell,' 'Priced in Tenant Improvements,' 'Government Provided,' or requiring specific unit pricing. Key areas covered include access control, screening, securing critical areas, signage, landscaping, parking, video surveillance, intrusion detection, duress alarms, structural security (windows, building systems), and administrative aspects like Facility Security Committees and cybersecurity. The actual Building Specific Amortized Capital (BSAC) amount will be determined post-final design, with unit costs subject to negotiation. The document emphasizes aligning the spreadsheet with the security section of the lease, ensuring all paragraphs have a corresponding line.
Exhibit J - DOL Wage Determination Brevard County.pdf
PDF•61 KB•May 8, 2026
AI Summary
This document, General Decision Number FL20260196, is a wage determination for building construction projects in Brevard County, Florida, including specific military and space installations. It outlines prevailing wage rates and fringe benefits for various construction trades, such as Asbestos Workers, Elevator Mechanics, Operators (forklift, mechanic, oiler, crane), Ironworkers, Pipefitters, Sprinkler Fitters, Carpenters, Cement Masons, Electricians, Laborers, Painters, Plumbers, Roofers, Sheet Metal Workers, Tile Setters, and Truck Drivers. The document also includes important notes regarding Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and Executive Order 13658, which sets a minimum wage for covered workers on certain contracts. It explains the identifiers used for union, union average, survey, and state-adopted wage rates, and details the process for appealing wage determinations through the Wage and Hour Division and the Administrative Review Board.
Exhibit K - Tenant Improvements Cost Summary TICS Table _Oct 2024.xlsx
Excel•572 KB•May 8, 2026
AI Summary
The Tenant Improvement Cost Summary (TICS) form is a federal government document used for detailing the costs associated with tenant improvements (TI) and shell construction in government leases. It outlines various construction divisions (Divisions 1-33) and provides a structured approach for itemizing material and labor costs, including subcontractor expenses. The form also accounts for Building Specific Amortized Capital (BSAC), which covers security-related improvements, and integrates fees such as General Contractor fees, Architectural & Engineering fees, and Lessor's Project Management fees. The document emphasizes the distinction between TI and shell work, defining shell as a "warm lit shell" condition. Instructions guide users to input project-specific information, including ABOA square footage and fee percentages, ensuring a comprehensive cost evaluation for both tenant improvements and shell construction within government facilities.
Exhibit L - Contractor Past Performance Survey.pdf
PDF•158 KB•May 8, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting responses for a Past Performance Questionnaire to evaluate firms competing for a VA requirement. This questionnaire gathers frank and candid feedback on a firm's past performance, which will be a crucial factor in the award evaluation decision. The survey seeks input on various aspects of a contractor's work, including quality of work, response timing, cost control, and business management. It employs a rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and includes specific questions regarding compliance with lease requirements, project expectations, maintenance issues, safety standards, timeliness in addressing deficiencies and submitting documentation, cost control efforts, and on-site management. The VA emphasizes confidentiality, stating that while responses may be shared with the firm, the names of evaluators will remain private. Completed questionnaires are to be submitted via email to Shanel.joe@va.gov by a specified deadline.
Related Contract Opportunities
Project Timeline
postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 8, 2026
expiryArchive DateJun 23, 2026
Agency Information
Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Point of Contact
Place of Performance
Melbourne, Florida, UNITED STATES