New Lease for VA Clinic (CBOC) Parker County, Texas
ID: 36C24W24R0121Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

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

    The Department of Veterans Affairs is seeking proposals for a new lease for a Community-Based Outpatient Clinic (CBOC) in Parker County, Texas, specifically in Aledo. The procurement requires approximately 14,500 to 15,500 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous clinical space, which must include at least 125 on-site parking spaces and be available for occupancy by June 2025. This facility is crucial for providing healthcare services to veterans, ensuring compliance with federal standards for safety, accessibility, and sustainability. Proposals are due by October 3, 2024, with inquiries accepted until September 13, 2024; interested parties should contact TaShia Marsh-Brown at Tashia.Marsh@va.gov for further details.

    Point(s) of Contact
    TaShia Marsh-Brown
    Tashia.Marsh@va.gov
    Hartwick, Jon
    jon.hartwick@va.gov
    Files
    Title
    Posted
    The VHA Request for Lease Proposals (RLP) No. 36C24W24R0121 seeks offers for leasing space in Aledo, Texas, with proposals due by 09/23/2024. The government requires 14,500 to 15,500 ANSI/BOMA Occupant Area (ABOA) square feet, with specific construction, renovation, and security prerequisites outlined. The space shall feature a modern building, with necessary amenities, including 125 reserved parking spots, and adhere to strict accessibility, fire safety, and environmental standards. A lease term of 10 years (5 firm and 5 soft) is sought, with commencement around 06-01-2025. Offerors must submit a complete proposal package, including documentation on security, financial backing, and compliance with zoning and safety regulations. Additionally, proposals must demonstrate energy efficiency per the Energy Independence and Security Act. Offerors are urged to prepare Design Intent Drawings for tenant improvements post-award. The document emphasizes adherence to federal requirements regarding sustainability, safety, and accessibility, showcasing the government's commitment to secure and functional facilities for its operations.
    The document is an amendment to a Request for Lease Proposal (RLP No. 36C24W24R0121) issued by the Department of Veterans Affairs concerning a new construction for a Community-Based Outpatient Clinic (CBOC) in Parker County, Texas. This amendment, effective from September 3, 2024, is issued by the Regional Procurement Office West (RPOW) in McClellan Park, California. It signifies that all terms and conditions of the original proposal remain intact except for those modified in this amendment. Key signatories include Jon A. Hartwick as the Lease Contracting Officer, highlighting the need for potential new construction options. Overall, this amendment aims to clarify details related to the leasing process for facilities serving veterans, maintaining focus on developing infrastructure that supports healthcare services.
    The Department of Veterans Affairs has issued an amendment to Request for Lease Proposal (RLP) No. 36C24W24R0121, identified as Amendment No. 0002, with an effective date of September 13, 2024. This amendment extends the deadline for proposal submissions to October 3, 2024, at 3:00 PM CST. The window for questions regarding this RLP will be closed from August 30, 2024, to September 13, 2024, with responses planned for release by September 21, 2024. All other terms and conditions of the original RLP remain unchanged. The document is signed by Jon A. Hartwick, the Leasing Contracting Officer. This amendment reflects the VA's intention to facilitate a smooth procurement process while ensuring compliance with established timelines for lease proposals in support of its operations.
    The document outlines a lease agreement between the Lessor and the United States Government, specifically for the Department of Veterans Affairs (VA). It formalizes the leasing of premises with detailed stipulations regarding rental rates, lease terms, and conditions related to property use. The lease is structured for a firm term of 5 years, with an option to extend up to 10 years. Key points include the annual rent structure, associated operating costs, provisions for tenant improvements, and rights regarding occupancy and property alterations. The document highlights the Government's rights to terminate or renew the lease under specified conditions, along with requirements for the Lessor to maintain compliance with all applicable standards and government regulations. It also stipulates adjustments for real estate taxes and operating costs, ensuring financial responsibilities are clearly defined. Furthermore, alterations requested by the Government are to be executed through formal amendments to the lease. This document serves as a comprehensive framework that ensures the Government's interests are safeguarded during the lease period, reflecting standard practices for RFPs and grants in the federal context.
    This document outlines the lease agreement between a lessor and the U.S. government, specifically through the General Services Administration (GSA). It formalizes the terms of renting a specified premises for a fixed term of 10 years, with 5 years being firm, along with rights for termination and renewal. The lease specifies the premises' description, rent structure, and conditions pertaining to tenant improvements and maintenance responsibilities. Key provisions include the definition of the rented space, annual rent amounts, and operational costs with conditions for adjustments. The government will also have rights to associated areas, including designated parking. There are stipulations concerning alterations requested by the government, obligations for both parties regarding maintaining the premises, and specific requirements for the lease termination process. The lease aims to establish clear guidelines and responsibilities for both the government and the lessor, ensuring compliance with applicable regulations, including environmental and safety standards. This document serves as a foundational framework for federal building leasing, reflecting the government's structured approach to managing its real estate needs while complying with financial and operational expectations.
    The Department of Veterans Affairs seeks to lease 15,500 contiguous ABOA square feet for a new VA Outpatient Clinic in Parker County, Texas. The facility must accommodate various clinical and administrative functions, prioritizing a professional atmosphere and aesthetic appeal. Space specifications include multiple waiting areas, private offices, clinic pods for examination and treatment, laboratory areas, and staff lounges—all requiring specific finishes and electrical/data outlet provisions. In addition to physical requirements, the document details telecommunications and IT infrastructure requirements, including high-speed data cabling, network management, and power solutions like Uninterruptible Power Supply (UPS) systems. Physical security measures must conform to VA standards, including access control systems and video surveillance. The project reflects the VA's commitment to improving healthcare services for veterans while ensuring compliance with relevant safety and operational standards. The comprehensive scope emphasizes a full-service lease, ensuring all operational needs are met efficiently and effectively.
    The document outlines the Security Requirements for Level II of a federal facility under RLP#: 36C24W24R0121. It serves as a guideline for lessors on security protocols to be integrated into leased properties housing government operations. Critical and sensitive areas must be secured with strict control mechanisms such as electronic access and keycard systems, along with visitor identity verification protocols. Common and utility areas require specific access controls to enhance security. Signage regulations restrict the identification of the facility as a governmental space without approval. Landscaping must prevent concealment and promote visibility for security measures. The document emphasizes the importance of CCTV and Intrusion Detection Systems (IDS), mandating design, installation, and maintenance responsibilities for lessors in collaboration with government representatives. Emergency plans must be readily accessible, and cybersecurity measures are mandated to protect the building's automated systems, preventing connections to federal IT networks. The guidelines highlight the necessity of a coordinated security approach to protect both the facility and its occupants, ensuring comprehensive risk management and compliance with federal regulations. Overall, the document establishes stringent security protocols critical for safeguarding government facilities.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the government, detailing instructions for offerors participating in the leasing process. Key points include definitions of critical terms related to proposal submissions and modifications, processes for responding to solicitations, and data disclosure restrictions. Moreover, it addresses the requirements for proposal submissions, including late submissions, modifications, and the need for offerors to comply with unique entity identifiers through the System for Award Management (SAM). The government intends to award leases based on the best value proposals while reserving the right to reject proposals and enforce compliance evaluations for contracts exceeding $10 million. Provisions also emphasize the importance of avoiding floodplain properties unless alternatives are unfeasible. The document serves as a comprehensive guide for potential lessors, establishing extensively the framework under which their proposals must adhere to ensure eligibility and compliance with federal guidelines. This guidance is critical for maintaining fairness, transparency, and legal compliance in federal leasing processes.
    The document outlines the general clauses applicable to the acquisition of leasehold interests in real property under RLP#: 36C24W24R0121. It serves as a template for federal leases, detailing essential areas such as definitions, performance, payment, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, and cybersecurity. Key clauses set forth requirements for subletting, assignments, maintenance obligations, and the government’s inspection rights. It emphasizes mutual obligations between the lessor and the government, along with the consequences of defaults. The document also encompasses clauses related to prompt payments, anti-kickback procedures, and compliance with applicable laws and regulations. Specific attention is given to ensuring equal opportunities for veterans and individuals with disabilities, mandating adherence to ethical business practices. Cybersecurity considerations highlight safeguarding contractor information systems, while provisions against certain foreign technology aim to protect national interests. This structured approach ensures clarity in obligations and expectations, facilitating compliance in government leasing processes while promoting ethical practices and protecting the interests of all parties involved.
    The document outlines the proposal to lease space as part of the General Services Administration (GSA) Request for Lease Proposals (RLP) process. It contains detailed sections including building overview, primary offer details, rent tables, financial aspects of the offer, and sections addressing building conditions, such as HVAC and safety standards. Key points include initial rental figures, construction cost estimates, tenant improvement allowances, and essential building characteristics like square footage and parking requirements. It also prompts the offeror to indicate any deviations from the RLP and to provide necessary certifications. The overarching purpose is to enable the appropriate government entity to evaluate leasing proposals systematically while ensuring compliance with federal guidelines and standards. This process emphasizes transparency and adherence to both operational and financial stipulations specific to government leasing.
    The document outlines the General Services Administration (GSA) Form 1217, which pertains to Request for Lease Proposals (RLP) 36C24W24R0121, focusing on the estimated annual costs associated with leasing federal facilities. It provides a detailed breakdown of costs incurred by the lessor for various services and utilities, including cleaning, heating, electrical, plumbing, air conditioning, and elevator services, as well as miscellaneous costs like security and landscaping. Section II emphasizes ownership costs such as real estate taxes, insurance, and building maintenance, which assist in the government's assessment of fair market rental rates. The form requires lessor certification of the estimates provided, ensuring they reflect accurate cost considerations. This structured approach aims to ensure that federal lease agreements are consistent with community rental rates, providing transparency and accountability in federal property leasing.
    The document outlines the procedures for conducting a Fire Protection and Life Safety Evaluation for an office building as part of a lease proposal for government space. It comprises two parts: Part A is for spaces below the 6th floor, requiring the Offeror or their representative to provide general building information and fire safety system statuses; Part B is for spaces on the 6th floor or higher, necessitating a detailed narrative report from a licensed fire protection engineer. Key evaluations include compliance with local building and fire codes, the status of automatic fire sprinkler and alarm systems, exit accessibility, and emergency lighting. Both parts require detailed disclosures on safety measures and prompt corrective actions for any non-compliance before government acceptance of the offered space. The purpose of this evaluation is to ensure the offered spaces meet essential safety standards and legal requirements before occupancy, demonstrating the government's commitment to protecting public safety in leased buildings.
    The document presents the Wage Determination No. 2015-5231, issued by the U.S. Department of Labor under the Service Contract Act (SCA), applicable to federal contracts. It outlines minimum wage rates and fringe benefits required for various occupations in Texas Counties of Johnson, Parker, Tarrant, and Wise. The determination specifies that contracts executed on or after January 30, 2022, require workers to be paid at least $17.20 per hour, referencing Executive Orders 14026 and 13658. The document lists wage rates for numerous job classifications, emphasizing that certain jobs, marked with footnotes, may warrant a higher minimum wage. It also details benefits such as health and welfare, vacation, and holidays, alongside requirements for paid sick leave under Executive Order 13706. Employers must ensure compliance with wage rates for any unlisted job classifications through a conformance process outlined under the SCA. This information is essential for contractors participating in federal grants and RFPs, ensuring adherence to labor standards and protections for workers involved in government contracts.
    The document pertains to the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, specifically for an offeror involved in federal contracting under RLP#: 36C24W24R0121. It establishes compliance requirements, as stipulated by the John S. McCain National Defense Authorization Act of 2019, concerning the use of covered telecommunications and video surveillance equipment or services. The major points highlight prohibitions against procuring or renewing contracts with entities that use such equipment as essential components. Offerors are required to declare their use of these services and disclose pertinent information if they provide or utilize covered telecommunications equipment, including details about the manufacturing entity and a description of the equipment or services offered. The procedures urge review of excluded entities in the System for Award Management, ensuring transparent dealings. This framework aims to enhance national security by preventing dependency on potentially compromising technologies within federal contracts, underscoring the government’s commitment to safeguarding its communications infrastructure.
    The Pre-Lease Building Security Plan outlined in RLP#: 36C24W24R0121 mandates that lessors submit documentation ensuring compliance with specified security standards for new lease proposals. Key requirements include obtaining certification from a licensed professional engineer confirming adherence to window and façade protection standards, establishing setback distances from potential explosion points, and ensuring that lobbies, mailrooms, and loading docks have independent ventilation systems. Specific ventilation design criteria are set based on the building's height, with air intakes strategically located. Lessor offers must include a Pre-Lease Building Security Plan and provide all necessary design and engineering documents. Additionally, security measures such as grade-level windows and doors meeting VA standards, and the installation of bollards, must be itemized in the proposal. This document emphasizes the government’s commitment to safety and security in building leases, providing detailed guidelines for compliance and risk mitigation in property management.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a standardized approach for evaluating infection control measures during construction, renovation, and maintenance activities in healthcare facilities. It comprises a systematic procedure that includes categorizing the type of activity, assessing affected areas, and determining patient risk levels. The template outlines four activity categories (A, B, C, D) that dictate the level of precaution required to mitigate infection risks. Patient risk is classified from low to highest, with corresponding precautions ranging from basic dust control to stringent containment measures involving negative pressure systems for higher risks. Control measures must be maintained throughout the activity, including thorough cleaning protocols post-completion. Additional requirements such as barrier construction, monitoring, and compliance with infection control regulations ensure the safety of patients and workers alike. The ICRA highlights the importance of prioritizing infection prevention during renovation activities within VHA facilities, aligning with federal standards for healthcare safety and compliance.
    The VHA Pre-Construction Risk Assessment (PCRA) document provides a comprehensive framework for evaluating safety risks associated with construction, renovation, and maintenance activities at VA facilities. It outlines minimum requirements for categorizing project types and identifying necessary precautions to protect patients, staff, and contractors. The PCRA requires comprehensive communication and coordination among all stakeholders, highlighting that infection risks should be assessed separately through the Infection Control Risk Assessment (ICRA). Control measures are categorized by activity type: Inspection, Small-Scale, and Large-Scale, with specified safety and inspection protocols for each. Regular communication with affected areas is mandated to minimize disruptions, ensuring that protocols are meticulously followed during all phases of activity. Further, the PCRA includes a fillable permit form for the project area, requiring detailed tracking of project specifics like timelines and contractor details, emphasizing strict adherence to safety standards throughout the project's lifecycle. This document exemplifies the federal government's commitment to ensuring safety and compliance during significant facility activities.
    The Life Safety Inspection Report outlines essential safety requirements for existing business occupancies, referencing NFPA 101 – 2021 standards. The report includes a checklist focused on safety compliance concerning egress, fire protection, and facility design. Key areas assessed include means of egress, door specifications, emergency lighting, intersection of exit paths, and maintenance of fire-protective systems. Proper distances and separations for exits as well as requirements for corridors, exits, and locking mechanisms are highlighted. The document stresses the necessity of automatic fire detection and alarm systems, particularly in larger facilities or those with high occupancy. Overall, this report functions as a crucial tool for evaluating compliance with life safety standards and ensuring the protection of occupants in commercial settings. It is a vital component of federal guidelines relating to safety inspections, forming part of larger frameworks for state and local RFP processes in securing grant funding to enhance public safety systems.
    The document is a certification form related to the Americans with Disabilities Act (ADA) for an offer submitted in response to RLP#: 36C24W24R0121. It certifies the lessor's compliance with the accessibility requirements outlined in the solicitation. The lessor must indicate whether they meet all the required accessibility standards by checking appropriate boxes. If the standards are not fully met, the lessor is required to provide detailed explanations. Additionally, the form collects the lessor/payee's identifying information, including name, address, email, telephone, and unique entity identification (UEI) number, which will be reflected in the lease contract should the submitted offer be successful. Overall, this document is integral to ensuring that properties offered meet the necessary ADA compliance standards, reflecting the government’s commitment to accessibility in its facilities and services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    X1DB--Bowling Green Community-Base Outpatient Clinic (CBOC) 49,235 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Bowling Green, Kentucky, under solicitation number 36C10F24R0039. The procurement aims to secure a fully serviced lease for approximately 49,235 ANSI/BOMA square feet, including a requirement for 300 on-site parking spaces, all to support healthcare services for veterans. This initiative is crucial for enhancing access to outpatient care, reflecting the government's commitment to improving healthcare facilities for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 4, 2024, with inquiries directed to Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov.
    Campbell County Community Based Outpatient Clinic (CBOC) is to be located in Lafollette, TN.
    Active
    Veterans Affairs, Department Of
    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking a lease for a Campbell County Community Based Outpatient Clinic in LaFollette, TN. The space should be approximately 5,000 ANSI/BOMA office area (ABOA) square feet with a minimum of 25 on-site parking spaces. The space will be used as a Community Based Outpatient Clinic (CBOC) to provide Veteran outpatient care in the local area. The lease will be a full-service lease, with the lessor responsible for utilities, janitorial services, facility maintenance, and repair. The space must be in a Class A /4-5 CoStar rated building and comply with all current building, seismic, and accessibility code requirements. The government is interested in both existing buildings and land for new construction. Interested parties must submit expressions of interest by January 23, 2024, including building information, proof of ownership, parking availability, and business size. SDVOSB and VOSB firms are invited to provide additional information.
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) square feet of medical space for a new Vet Center in Temecula, California. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed, modernized, or rehabilitated for its intended use. This initiative aims to enhance readjustment counseling services for veterans and their families, ensuring a safe and accessible environment for community interaction. Interested offerors must submit their proposals by September 30, 2024, and can contact Contract Specialist Juan Razo or Christy Snider for further details.
    X1DB--Huntsville Specialty Care Clinic Lease (VA-24-00025213) See Change of Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease a facility for the Huntsville Specialty Care Clinic, with the objective of expanding specialty healthcare services for veterans in Huntsville, Alabama. The procurement requires approximately 8,160 ABOA/9,180 RSF of space to accommodate outpatient services such as cardiology, dermatology, and orthopedics, with a firm lease term of seven years and five optional one-year extensions. This initiative is crucial for improving access to healthcare for veterans, and the lease is expected to commence by October 2024. Interested parties should submit their proposals by October 4, 2024, to Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or by phone at 813-447-0780.
    Y1LZ -549-919 North Texas HCS Parking lot-Minor Construction (VA-25-00003565)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the minor construction of a new parking lot at the North Texas Health Care System's Veterans Resource Center in Dallas, Texas. The project entails clearing and grading the site, installing new pavement, security fencing, exterior lighting, and storm sewer line adjustments, with an estimated construction value between $2,000,000 and $5,000,000. This initiative is part of the VA's commitment to enhancing facilities for veterans while ensuring compliance with safety and environmental regulations. Interested contractors must submit a capabilities statement by September 23, 2024, to the primary contact, Johnna McGraw, at Johnna.mcgraw@va.gov, or the secondary contact, Dean Flanders, at dean.flanders@va.gov.
    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.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    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.