Augusta Warehouse Augusta, GA RLP
ID: 36C24725R0058Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Lessors of Miniwarehouses and Self-Storage Units (531130)

PSC

LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS (X1GZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a climate-controlled warehouse located in Augusta, GA, to support the operations of the Charlie Norwood VA Medical Center. The facility must provide approximately 19,931 Rentable Square Feet (RSF) and 14,764 Net Usable Square Feet (NUSF), accommodating essential amenities such as office space, restrooms, and a telecommunications closet, while adhering to stringent security and accessibility standards. This procurement is critical for ensuring adequate resources for veteran care, with proposals due by February 7, 2025. Interested parties can contact Kalisha Baisden, Leasing Contract Specialist, at kalisha.baisden@va.gov or by phone at 803-221-1806 for further details.

    Point(s) of Contact
    Kalisha BaisdenLeasing Contract Specialist
    (803) 221-1806
    kalisha.baisden@va.gov
    Files
    Title
    Posted
    The GSA Request for Lease Proposals (RLP) No. 36C24725R0058 outlines requirements for leasing warehouse space in Augusta, GA, with offers due by February 7, 2025. The Government seeks between 14,764 and 15,502 cubic feet of contiguous, single-floor space, requiring parking and loading dock specifications. The proposal process includes specifics such as allowable building types, lease terms of 20 years with a 10-year firm period, and compliance with sustainability and accessibility standards. Proposals will be evaluated based on adherence to RLP requirements and a methodical award process, emphasizing efficient space layouts and other special qualifications. Key documents, including necessary forms and environmental assessments, ensure compliance with federal regulations surrounding safety, health, and environmental considerations. The RLP stresses the importance of energy efficiency in line with the Energy Independence and Security Act, potentially requiring buildings to have an ENERGY STAR® label. Offerors must also submit evidence of financial commitments for space preparation and must comply with local zoning laws. The overall objective is to obtain suitable warehouse space that meets the Government's operational needs while adhering to federal procurement and environmental guidelines.
    This document outlines the terms of a lease agreement between the United States Government, represented by the General Services Administration (GSA), and a Lessor for a warehouse premises. It details the obligations and rights of both parties concerning the leased space, which includes specifications for usage, rental rates, and conditions for alterations. It covers critical aspects such as the lease term, commencement date, and financial considerations—including adjustments for operating costs, tenant improvements, and parking. The lease specifies that the Government will pay rent in monthly installments based on agreed rates, which include provisions for free rent during the initial months. Comprehensive sections address premises specifications, general terms, security requirements, and obligations for utilities and maintenance, emphasizing compliance with federal standards. Additionally, the agreement grants the Government rights to modify the premises in line with its operational needs, while also detailing conditions for termination and renewal. This document represents a standard procedure in federal procurement processes, ensuring taxpayer accountability and alignment with government regulations for property use.
    The Department of Veterans Affairs seeks to lease a minimum of 14,764 net usable square feet for a climate-controlled medical warehouse in Augusta, Georgia, to support the Charlie Norwood VA Medical Center's operations. The space must accommodate personnel, furnishings, and equipment while meeting stringent government security standards. The desired lease includes essential amenities such as office space, restrooms, and a telecommunications closet, with specific requirements for electrical outlets and fencing for storage organization. The lease aims for a ten-year firm term with ten additional option years, commencing December 1, 2025. The facility must be all on one floor, with utility costs included and provisions for maintenance, security systems, and pest control. The warehouse must also fulfill facility security level requirements and offer five on-site parking spaces. This RFP underscores the VA's commitment to providing adequate resources for veteran care by ensuring proper storage and operational capabilities through a well-designed leased space.
    The document outlines the Facility Security Requirements Level II for government leased spaces, specifying security measures to be implemented by the lessor. Key topics include access control, critical area security, visitor verification protocols, parking regulations, and maintenance of security systems. The lessor must establish a Physical Access Control System (PACS), secure critical areas like mechanical rooms and public restrooms, and control visitor access after hours. Additional requirements involve landscaping to minimize concealment, protecting the emergency generator from unauthorized access, and implementing duress alarms. Cybersecurity measures prohibit connections between building systems and federal IT networks, while the document encourages adherence to recognized cybersecurity guidelines. The lessor is responsible for regular maintenance and testing of security systems, ensuring compliance with government standards, and protecting sensitive information associated with the building. Overall, these requirements exemplify the government's commitment to ensuring secure environments for federal operations while maintaining operational integrity and responsiveness in emergencies.
    This document outlines the solicitation provisions for acquiring leasehold interests in real property by the federal government, highlighting key procedures, definitions, and requirements for offerors. It details the submission, modification, and withdrawal process of proposals, establishing guidelines for compliance with the solicitation's terms. Amendments to solicitations must be acknowledged, and late proposals may still be considered under specific conditions. Proposals can be modified or revised within pre-award phases, while restrictions on data disclosure are stipulated to protect proprietary information. The evaluation process focuses on ensuring the best value for the government, allowing the rejection of proposals when deemed necessary. The document emphasizes compliance with equal opportunity regulations for contracts exceeding $10 million. Additionally, lease executions are subject to clear identification of the parties involved, while the necessity of registration in the System for Award Management (SAM) is outlined to facilitate contract management. Ultimately, the provide guidance reinforces the commitment to fair, transparent procurement practices essential to government contracting.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, detailing terms applicable under federal leasing agreements. Key clauses include definitions, provisions for subletting, responsibilities for maintenance and compliance with laws, and conditions for payment. It emphasizes the rights and obligations of both the Government and Lessor, specifying instances of default, inspections, and damage assessments. Notably, it includes clauses on progress occupancy, acceptance of space, and timely payment mechanisms, reinforcing the requirements for both parties in managing lease performance and compliance. The framework aims to ensure clarity in contractual relationships, protect the Government’s interests, and delineate responsibilities regarding property maintenance and legal adherence. This is structured to facilitate fair negotiations and operations in government RFPs and contracts, underscoring the importance of compliance with various laws and regulations.
    This government document outlines a proposal format for leasing warehouse space in response to a Request for Lease Proposals (RLP). It includes sections detailing the properties of the building, such as its location, size, layout, and amenities like loading docks and electric supply. Specific financial information, including rental rates, tenant improvement costs, and operating costs, is meticulously detailed to guide offerors in drafting their proposals. The document emphasizes the importance of adhering to the terms of the RLP, addressing lease conditions, and providing comprehensive financial disclosures. It also includes provisions related to building compliance with safety and environmental regulations, alongside requirements for documenting the owner's interests in the property. The form is structured to ensure uniformity in proposals and facilitate the government’s decision-making process regarding leasing government-space needs. Compliance with additional standards, such as accessibility and energy efficiency, is also addressed, with the proposal highlighting the importance of thorough documentation for evaluation purposes. Overall, the document serves as a critical guideline for prospective lessors to present their offers in alignment with federal standards and expectations.
    The Lessor's Annual Cost Statement is a critical document used in the leasing process of government properties, specifically required by the General Services Administration (GSA). The document aims to estimate the annual costs associated with services and utilities provided by the lessor as part of the rental agreement. Key components include itemized costs for cleaning, heating, electrical services, maintenance, security, and other utility expenses. Additionally, there is a section dedicated to the estimated annual costs of ownership excluding capital charges, which encompasses real estate taxes, insurance, and management expenses. Lessees are required to provide detailed estimations for various services, breakdown rentals into usable space calculations, and certify their calculations for accuracy. The completion of this statement assists in ensuring that rental charges align with prevailing community rates and are justified in terms of service levels. Overall, the document adheres to compliance requirements set forth by the Paperwork Reduction Act and outlines systematic procedures for cost assessment in government leasing agreements.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation for a warehouse building, issued on May 5, 2014. It is part of the General Services Administration's (GSA) requirements for leased spaces that must comply with fire safety regulations. The evaluation consists of two parts: Part A for spaces under 40,000 square feet or above ground level, completed by the offeror, and Part B for larger spaces, requiring a licensed fire protection engineer to assess the entire building's fire safety features. The evaluation requires detailed information on the warehouse's fire protection systems, compliance with national and local fire codes, and documentation of potential fire hazards. Key areas covered include warehouse structure, storage configurations, fire alarm systems, means of egress, and automatic fire suppression systems. The document emphasizes the importance of safety compliance and mandates that any deficiencies found must be corrected before government acceptance of the space. In summary, the evaluation aims to ensure that any offered warehouse space meets stringent fire safety requirements essential in government leasing projects.
    The Exhibit K – FSL II Security Unit Price List outlines required security measures and associated unit prices for federal leasing agreements. It details standards for facility entrances, lobby access, securing critical areas, and visitor controls. Interior measures include identity verification and access control programs. Exterior considerations encompass governmental signage, landscaping, and public access to parking. A significant section focuses on security systems, detailing requirements for video surveillance, intrusion detection, and duress alarms, both government and lessor-provided. Administration aspects spotlight the Facility Security Committee and cybersecurity requirements. The Building Specific Amortized Capital (BSAC) serves as an estimate for security countermeasures based on final design documents, with prices subject to negotiation before project commencement. Pricing categories are specified as either "SHELL" or "T.I.," outlining the distinction between costs included in immediate pricing versus those described in separate forms. Overall, this document establishes a framework for security cost estimation and compliance with government standards in various areas of facilities management, particularly relevant in the context of federal RFPs, grants, and local proposals.
    The document outlines the representations required regarding certain telecommunications and video surveillance services or equipment as part of federal contracting processes. It details the obligations of the Offeror—defined as the owner of the property offered—under the John S. McCain National Defense Authorization Act regarding the provision of covered telecommunications equipment or services. The Offeror must indicate if they will or will not provide such services and disclose relevant information if they respond affirmatively. It specifies the definitions of key terms, outlines prohibitions against procuring equipment or services that use covered telecommunications, and details necessary disclosures regarding the sourcing and intended uses of any telecommunications equipment or services provided. The guidance links to the System for Award Management to check for excluded entities. This document serves as a critical compliance tool to ensure that federal contracts do not involve risky telecommunications technologies, reinforcing government cybersecurity measures while facilitating transparent bidding for contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Succeeding Lease for Jacksonville CBOC
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking a succeeding lease for the Jacksonville 1 Community-Based Outpatient Clinic (CBOC) located in Jacksonville, North Carolina. The requirement includes a minimum of 15,000 Rentable Square Feet (RSF) to accommodate office space, waiting areas, corridors, restrooms, record functions, and staff support, all of which must comply with the Uniform Federal Accessibility Standards. This facility is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical support in a compliant and functional environment. Interested parties can contact Troy Dolby at troy.dolby@va.gov for further information, noting that the VA intends to negotiate a lease term of up to 20 years without issuing a solicitation or request for proposals.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.