X1DB--Hudson Outpatient Surgery Center
ID: 36C25025R0084Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for the lease of up to 8,000 ABOA square feet of medical office space for an Outpatient Ambulatory Surgery Clinic in Hudson, Ohio. The procurement requires an existing building that meets specific criteria, including a single-floor layout, 40 reserved parking spaces (with ADA-compliant options), and proximity to essential amenities such as hospitals and public transportation. This initiative is crucial for enhancing healthcare services for veterans, ensuring compliance with federal, state, and municipal codes regarding safety and accessibility. Interested parties must submit their proposals by October 10, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Brian Walton at Brian.Walton@va.gov or by phone at 216-447-8300 x 49519.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Notice from the Department of Veterans Affairs, specifically for the Hudson Outpatient Surgery Center project (Solicitation Number 36C25025R0084). The response deadline for interested parties is set for May 2, 2025, at 5:00 PM Eastern Time. The notice outlines that this opportunity is not funded by the Recovery Act and specifies the associated Product Service Code (X1DB) and NAICS Code (531120). The contracting office is located in Independence, Ohio, and the performance site is in Hudson, Ohio. Brian Walton is the designated Contract Specialist for inquiries, who can be contacted via email or phone. The notice indicates that interested vendors should refer to an attached document for further detailed information regarding opportunities related to this project. Overall, this notice aims to gather interest from potential contractors for upcoming services related to the outpatient surgery center, facilitating the VA's outreach for efficient service requirements.
    Amendment No. 0001 to RLP 36C25025R0084, issued by the Department of Veterans Affairs, addresses Requests for Information (RFIs) submitted by interested parties up to July 15, 2025. Key responses clarify that proposals for space on two different floors in a multi-tenant building are not acceptable, as the VA seeks single-floor occupancy. However, sublease agreements are permissible. The amendment also clarifies that VA staff will utilize public restrooms as per the conceptual floor plan, but proposals may integrate an additional VA staff restroom within the maximum 8,000 ABOA square footage. Variances in square footage or room layout from Exhibit D's conceptual plan will not render a proposal ineligible, acknowledging existing building conditions and compliance with codes. Finally, the amendment details the pre-award Design Intent Drawings (DIDs) process and tenant improvement pricing proposal process, requiring an estimated TI Unit Price List with initial offers and a final, firm-fixed price list with final proposal revisions.
    Amendment No. 0002 to RLP #36C25025R0084, issued by the Department of Veterans Affairs, addresses Requests for Information (RFIs) received up to July 21, 2025, and amends Exhibit B and Exhibit D of the original Request for Lease Proposal. Key amendments to Exhibit B include new sections on Acrovyn wall protection, med-gas and vacuum requirements, and domestic hot water systems. Exhibit D is updated with new pages detailing procedure room layouts, data sheets, and a facility equipment list distinguishing between Government and Contractor acquisition. The amendment also provides VA responses to nine specific RFIs, clarifying requirements for wall-hung items, wall protection locations, med-gas systems, hot water tanks, diesel generators, light fixtures, and responsibility for furnishing and installing specialized operating room equipment. All other terms and conditions of the RLP remain unchanged.
    Amendment No. 0003 to RLP #36C25025R0084, issued by the Department of Veterans Affairs, extends the submission deadline by one week. The new submission deadline is August 11, 2025, at 3:00 PM ET. All other terms and conditions of the original Request for Lease Proposal remain unchanged. This amendment ensures that potential offerors have additional time to prepare and submit their proposals for this federal government RFP.
    Amendment No. 0004 to Request for Lease Proposal (RLP) 36C25025R0084, issued by the Department of Veterans Affairs, extends the submission deadline for the RLP. The new deadline for proposal submissions is September 17, 2025, at 3:00 PM ET. All other terms and conditions of RLP 36C25025R0084 remain unchanged. The amendment was signed by Brian Walton on August 11, 2025.
    Amendment No. 0005 to RLP #36C25025R0084, issued by the Department of Veterans Affairs, extends the submission deadline for the Request for Lease Proposal to October 10, 2025, at 3:00 PM ET. All other terms and conditions of the RLP remain unchanged. This amendment, signed by Brian Walton on September 16, 2025, is a standard modification to a federal government RFP, focusing solely on adjusting the response timeline.
    Amendment 0006 to Request for Lease Proposals (RLP) #36C25025R0084, issued by the Department of Veterans Affairs, officially cancels the RLP and all its preceding amendments. This cancellation is due to a significant change in the requirements and scope of the underlying procurement. The Department of Veterans Affairs has determined that it is in the best interest of the Government to terminate the current solicitation. For any questions, interested parties are directed to contact Contract Specialist Brian Walton via email at brian.walton@va.gov or by phone at 216-447-8300x49519.
    The Department of Veterans Affairs (VA) has issued Amendment No. 0001 to the Request for Lease Proposal (RLP) 36C25025R0084, addressing inquiries from potential offerors until July 15, 2025. Key clarifications include that proposals must be for spaces on a single floor, though multi-tenant buildings are acceptable. Sublease agreements are permitted, and slight deviations in floor plan configurations or room arrangements will not render proposals ineligible if they otherwise comply with RLP requirements. The amendment acknowledges the possibility of variances due to existing building conditions or local regulations. Additionally, the amendment outlines the process for pre-award Design Intent Drawings (DIDs) workshops and tenant improvement pricing proposals, emphasizing that selected proposals will undergo negotiations and final approvals. This amendment reflects the VA's commitment to facilitating the leasing process while remaining adaptable to the realities of existing buildings and local codes.
    The Department of Veterans Affairs (VA) issued Amendment No. 0002 to Request for Lease Proposal No. 36C25025R0084, addressing responses to Requests for Information (RFIs) received by July 21, 2025. The amendment updates Exhibits B and D with new requirements regarding wall protection, medical gas systems, and hot water systems. Key changes include specified locations for Acrovyn wall protection and requirements for domestic hot water systems. The amendment also clarifies various specifications for contractors, such as provisions for medical vacuum units and generator specifications, indicating that the generators must be diesel-powered. The document serves as a critical guideline for potential contractors, ensuring compliance with VA standards and addressing the operational needs of proposed facilities. This amendment underscores the VA’s commitment to maintaining high standards for veteran healthcare environments by clearly detailing expectations for contracted work, thereby facilitating efficient pre-award processes.
    The document is an amendment to the Request for Lease Proposal (RLP) No. 36C25025R0084 issued by the Department of Veterans Affairs. The primary purpose of this amendment, numbered 0002, is to extend the submission deadline for lease proposals by one week, moving it to August 11, 2025, at 3:00 PM ET. All other terms and conditions from the original RLP remain unchanged and in full effect. The amendment is signed by Brian Walton, the contracting officer, indicating the official nature of the adjustment. This document is significant as it facilitates a critical update in the procurement process necessary for the Department of Veterans Affairs' operational needs.
    The document outlines a lease agreement between the Lessor and the United States Department of Veterans Affairs (VA) regarding property rental for governmental purposes. It specifies terms such as the Lease Term, rental rates, maintenance responsibilities, alterations, and tax adjustments. The agreement details the premises, including square footage and rights to appurtenant areas, and outlines the financial arrangements, including the methodology for calculating rent and operating costs over the lease term. Termination rights and obligations related to leasehold title transfer are also addressed, requiring the Lessor to demonstrate fee simple ownership. The document emphasizes compliance with federal standards and procedures, ensuring proper project management and reporting requirements. These comprehensive guidelines are essential for managing government property leases effectively, aligning with the broader context of federal RFPs and grants aimed at supporting government operations.
    This government file, "36C25025R0084 - Exhibit B: Agency Specific Requirements (ASR)," outlines the mandatory design, build-out, and operational standards for a leased space for the Department of Veterans Affairs (VA). The document specifies adherence to numerous codes, guidelines, and manuals, including those from the FGI Space Guidelines Institute, National Fire Protection Agency, Ohio Building Code, and various VA-specific design, sustainability, BIM, signage, and physical security standards. Key requirements include OIG exclusion verification for personnel, CCTV with 5MP cameras, intrusion detection, handicap parking, controlled public access, remote door locking, and emergency responder access. The lessor is responsible for trash removal and implementing utilities conservation practices. Employee and contractor requirements include annual security and privacy training, sexual harassment training, and strict confidentiality protocols. Uniforms and identification badges are mandatory, as are specific health requirements such as infection control and communicable disease removal. A significant portion details security guard services, including duty hours, specific tasks (e.g., entrance control, roving patrols, traffic control, alarm monitoring), additional duties (e.g., reporting, inspections), minimum qualifications (e.g., high school diploma, 2 years experience), and strict uniform and conduct guidelines. The document also provides extensive specifications for telecommunications systems, including CCTV, Intrusion Detection, Physical Access Control, Electronic Security Management, Duress/Security Phones/Intercom, and Nurse Call systems, along with detailed cabling, server, and network equipment requirements. All systems must be approved by the Contracting Officer. Telecommunications rooms must meet specific size, power, HVAC, and water protection standards, with all data and communication installations complying with industry standards like EIA/TIA, ANSI, ICEA, and BICSI.
    The document outlines Agency Specific Requirements (ASR) for Lease 36C25025R0084 related to the design, build-out, and operation of leased space, specifically for the VA healthcare system. It emphasizes compliance with various standards, including the Space Guidelines Institute, National Fire Protection Agency codes, and VA Design Guides. Key components include security protocols, employee requirements, health regulations, and specifications for telecommunications and building systems. The Lessor must ensure that all personnel are compliant with OIG’s List of Excluded Individuals, implement CCTV and intrusion detection systems, and maintain health and safety practices in line with JOINT COMMISSION requirements. Uniforms and identification protocols for contractors are mandated, alongside specific training for employees regarding HIPAA. The document also delineates stringent security guard service requirements, including operational hours, duties, and necessary certifications. Additionally, it specifies telecommunications needs, detailing specifications for various systems such as CCTV, intrusion, and access control. Overall, the ASR serves as a comprehensive guide for potential Lessors, ensuring that contracted services meet federal standards and promote a safe, compliant environment for VA operations.
    The document outlines the provisions for janitorial services required under a federal contract, emphasizing infection control and cleanliness in healthcare facilities. The Lessor must provide trained personnel, tools, and supplies for maintaining sanitary conditions across various areas, excluding those designated for cleaning by VA EMS. Daily tasks include cleaning floors, removing waste, and sanitizing surfaces, particularly in patient areas to minimize infection risk. Various cleaning routines are also specified, ranging from daily to semi-annual frequencies, including spot cleaning, waste management, and specialized medical waste handling. The document highlights the importance of compliance with safety, hygiene, and training standards, including the correct use of cleaning agents approved by the Environmental Protection Agency (EPA). Staff are required to follow strict protocols, communicate effectively, and maintain schedules that align with VA operations. The overarching goal is to ensure a hygienic environment conducive to patient care while adhering to regulatory requirements. This comprehensive janitorial service plan reflects the government's commitment to maintaining high standards in healthcare facility management.
    The "Program for Design" document outlines the spatial and equipment requirements for the Hudson Outpatient Surgery Center, specifically focusing on Digestive Diseases - Endoscopy Service. The facility will include staff and support areas (offices, reception, breakroom, team workroom), an Ambulatory Surgery Center with waiting areas, pre- and post-operative bays, nurse stations, exam rooms, various supply and EMS rooms, patient restrooms, and operating rooms. Additionally, dedicated space for scope processing, including decontamination and sterile supply, is detailed. The total estimated program space is 6,141 square feet, with an additional 675 square feet for non-leasable support areas such as demarcation, janitor’s closets, vestibules/lobbies, electrical/air rooms, and public restrooms. The document also provides design standards and a detailed equipment list for various rooms within the Ambulatory Surgery Center, specifying both government-furnished and contractor-furnished/installed items like medical gas outlets, sinks, cabinetry, and patient monitoring equipment, ensuring a fully functional and compliant medical facility.
    The document outlines the design program for the Hudson Outpatient Surgery Center, detailing spatial requirements and specifications for an ambulatory surgery facility. It includes a comprehensive list of functional areas necessary for the center, such as waiting rooms, pre-op bays, examination rooms, and surgical operations, along with their respective quantities and square footage. The total area designated for program space is 6,141 square feet, excluding non-leasable support areas like restrooms and janitor closets. The design sections also specify materials and finishes for various spaces, including flooring options like luxury vinyl tile and rubber base, as well as wall finishes and paint specifications. The emphasis lies in ensuring compliance with healthcare design standards and creating functional, efficient spaces for patient care. This document is part of federal RFPs, illustrating the government's commitment to enhancing healthcare facilities and services. It provides necessary guidance for contractors and architects in planning and constructing a compliant and modern outpatient surgery center, adhering to established healthcare guidelines and functional requirements.
    The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property. It defines key terms such as "discussions," "proposal modifications," and the proper protocol for submitting proposals, ensuring clarity in the acquisition process. The document specifies the importance of adhering to submission timelines and conditions for late proposals, including acceptable justifications for late submission. It emphasizes that proposals must comply fully with the solicitation requirements unless deviations are clearly identified. The contract award will be given to the most responsible offeror presenting the best value, with the government retaining the right to reject proposals as needed. Additionally, it details procedures regarding the execution of lease agreements, including requirements based on the legal structure of the offeror (e.g., individual, partnership, corporation), as well as stipulating the offeror's registration in the System for Award Management (SAM) for contract eligibility. Overall, this document is designed to guide offerors through the proposal submission and evaluation process for government leases, maintaining transparency and compliance throughout.
    The document outlines general clauses governing the acquisition of leasehold interests in real property by the U.S. Government through the General Services Administration (GSA). It details the definitions of relevant terms, rights relating to subletting and assignment, and obligations of both lessors and the Government. Key provisions include mutual obligations, inspection rights, maintenance responsibilities, and processes for action upon defaults by lessors. Additionally, it addresses payment protocols, compliance with applicable laws, and requirements for cybersecurity, labor standards, and small business utilization. The clauses ensure adherence to federal regulations and ethical standards, emphasizing the government's right to inspect properties and obligate lessors to maintain safety and operational standards. Overall, the document establishes comprehensive guidelines for the lease agreements, ensuring legal compliance and the protection of government's interests while promoting fair business practices.
    The document is not accessible in its current format, rendering it impossible to analyze its contents, main topics, and key ideas. It appears to indicate a technical issue related to viewing a PDF file, suggesting that users should update their PDF viewers or obtain assistance from Adobe. Without the actual document to reference, no details about proposals, grants, or requests for proposals (RFPs) can be summarized. This limitation impacts the ability to engage with the government-related content, making it necessary to resolve the viewing issue to proceed with the summary task.
    The Lessor's Annual Cost Statement is a required document used by the General Services Administration (GSA) for leasing federal properties. It provides a detailed account of the annual costs associated with services and utilities provided by the lessor, such as cleaning, heating, electrical services, plumbing, and maintenance. The document is structured into two sections: the estimated annual cost of services and utilities, and the estimated annual cost of ownership exclusive of capital charges. Lessees must estimate costs for both the entire building and the specific area rented by the government. Additionally, the document includes a section for the lessor to declare costs such as real estate taxes, insurance, and management fees that help determine the property's fair market value. The Lessor's certification confirms accuracy in cost estimation. This statement supports GSA policy to ensure rental charges align with community standards and ensures the transparency and accountability necessary in federal leasing operations.
    The General Services Administration (GSA) prelease document outlines the fire protection and life safety evaluation process for office buildings being offered for lease. It is divided into two parts based on the floor location of the offered space: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on the 6th floor or higher, requiring a licensed professional engineer's input. Key requirements include compliance with relevant building codes, evaluation of fire protection systems (such as automatic sprinklers and fire alarms), exit accessibility, and emergency lighting provisions. Part A includes general building information, automatic fire sprinkler system status, and fire alarm system capabilities, while Part B demands a thorough assessment including occupancy classifications, vertical openings, means of egress, and compliance with fire safety regulations. Both parts emphasize documenting deficiencies and corrective actions, along with professional attestations regarding the evaluations. The GSA Form 12000 must be accurately filled out to ensure the building meets safety standards and is suitable for government occupancy, reflecting the GSA’s commitment to maintaining stringent safety protocols in leased spaces.
    The document outlines security requirements for facilities classified as Facility Security Level II by the Department of Veterans Affairs (VA). It details the obligations of lessors, emphasizing the importance of including necessary security features in rental rates and tenant improvements. Key areas addressed include site security criteria, structural security criteria, facility entrance security, interior security measures, and the integration of security systems. Requirements cover critical aspects such as video surveillance systems, intrusion detection systems, and access control measures. It mandates signage for identification and regulatory purposes, appropriate landscaping to minimize concealment, control of parking areas, and stringent specifications for construction materials to ensure blast resistance. Additionally, it highlights the need for a written Facility Security Plan and outlines cybersecurity measures to protect against potential threats. The comprehensive nature of these guidelines demonstrates the VA's commitment to safeguarding its facilities and ensuring the security of its operations, personnel, and patients. The document serves as a vital resource for lessors bidding on federal contracts or grants, providing clarity on required security measures that must be integrated into proposed facilities.
    The document is an extensive compilation of information related to federal and state RFPs (Requests for Proposals) and grants, although it is heavily encoded or corrupted, making full interpretation challenging. However, it appears to encompass a wide range of topics concerning grant funding processes, eligibility criteria, and application requirements for various government-funded projects. Specifically, it discusses the importance of compliance with federal guidelines and local regulations regarding project proposals. The central theme revolves around enhancing government transparency, accountability, and accessibility to funding opportunities for public and non-profit organizations. Essential details likely include instructions on submission processes, timelines, and the evaluation criteria for proposals. The document seems to emphasize proactive engagement from potential applicants, encouraging them to adhere to the specified guidelines in order to maximize the chances of obtaining federal and state funding. Given the context of government RFPs, the document underscores the significance of due diligence in proposal writing and the necessity of aligning projects with the objectives of funding agencies. This suggests a targeted call for entities to thoroughly prepare and present their proposals to meet governmental expectations, thus facilitating project approval and funding allocation.
    This Request for Proposal (RFP) document from the Network Contracting Office 10 outlines the necessary information required from offerers to ensure compliance and responsiveness in their submissions. It mandates the inclusion of essential details such as the offering entity's name, address, Tax Identification Number, and the contact information of an authorized official. Additionally, the entity must specify its size status and confirm its certification in the System for Award Management (SAM) under NAICS code 531120. The proposal emphasizes the importance of providing accurate information, as it will be a basis for evaluation. Failure to submit the required information may lead to the proposal being deemed non-responsive. This document serves as a formal framework for entities seeking to engage with federal contracting opportunities, reinforcing the necessity for compliance with governmental standards in proposal submissions.
    The document is a Request for Lease (RLP No. 36C25025R0084) related to the procurement of a property for the Veterans Affairs (VA) Hudson Ambulatory Surgery Clinic in Cleveland, Ohio. It outlines the confidentiality requirements associated with accessing sensitive design standards and data for the project. Contractors must sign a Confidentiality Certificate, ensuring that they will not disclose the contents of the documents to unauthorized parties. Access to these documents is restricted to limited personnel involved directly with the VA contract, necessitating prior approval from the VA Project Manager for those seeking access. The emphasis on confidentiality underscores the importance of protecting government information during the procurement process. This RLP serves both to solicit proposals for the lease and to establish security protocols crucial for safeguarding sensitive information in federal contract negotiations.
    The document pertains to RLP No. 36C25025R0084 regarding the Hudson Ambulatory Surgery Clinic and outlines federal government procurement requirements for services listed on the AbilityOne Procurement List. It emphasizes that government entities are mandated to procure specific services from qualified nonprofit agencies for the blind or others with severe disabilities if such services are available. Additionally, if custodial or healthcare environmental services are included as part of the lease, the lessor must include a provision requiring these services to be sourced from the AbilityOne Commission, provided they are accessible. If the lessor cannot procure these services, they must comply with the AbilityOne Offeror Certification requirements. This process is integral to ensuring that disabled individuals participate in federal procurement opportunities, reflecting the government's commitment to inclusivity in service provision. The document serves as a guideline for compliance and utilization of AbilityOne resources in federal contracting.
    The document is a Request for Lease Proposal (RLP) for the Hudson Ambulatory Surgery Clinic, specifically RLP No. 36C25025R0084. It includes a certification statement confirming that the energy performance of the project will meet or exceed standards set by the Department of Energy (DOE) regulations, specifically 10 CFR Part 435, which mandates energy efficiency criteria for commercial and multi-family buildings, particularly new federal constructions. The document requires the completion of specific fields, including location, project title, project number, and project manager details, alongside the name, title, and registration numbers of the architect-engineer firm involved. This certification underlines the importance of energy efficiency in federal projects, ensuring compliance and promoting sustainability within federal construction initiatives.
    This document outlines the required representation regarding certain telecommunications and video surveillance services or equipment that offerors must complete when submitting proposals under federal contracts. It specifies that the "Offeror" refers to the property owner, not an agent, and provides guidelines on when to fill out specific sections of the form based on previous representations made regarding telecommunications equipment. Key definitions are provided for terms such as "covered telecommunications equipment or services" and procedural clarification is given for determining whether the representation is necessary. This form ensures that federal and state entities can identify any telecommunications instances that may pose security risks, which is critical for compliance and accountability in federal contracting. The document directly relates to federal requests for proposals (RFPs) and grants, reinforcing the government's commitment to maintaining secure communication infrastructures.
    The document outlines the alternative protest procedure for real property lease procurements under the Department of Veterans Affairs (VA). It allows an interested party to file a protest either via mail or electronically with the Executive Director of the Office of Construction and Facilities Management, providing a specific address and email for submissions. An important stipulation is that the protest will be disregarded if there is already a similar issue being contested with the Lease Contracting Officer. This process ensures that protests are managed efficiently and do not overlap, clarifying the protocol for those involved in VA lease procurements while ensuring compliance with governmental bidding procedures. Overall, this addendum enhances procedural transparency and outlines rights for interested parties in procurement contexts.
    The document outlines the Small Business Subcontracting Plan model template effective from October 24, 2024, designed to comply with the requirements of FAR 52.219-9. It serves as a guideline for federal contractors to establish a clear plan for subcontracting with small businesses, specifying the necessity of including essential information to avoid delays or rejection of offers. The plan includes detail on its period of performance, types of plans (individual or commercial), and categorizes subcontracting estimates and goals for various types of small businesses (e.g., veteran-owned, service-disabled, women-owned). It emphasizes the importance of documenting efforts to identify potential small business sources, maintaining transparency, and cooperation in reporting subcontract achievements. Furthermore, contractors are required to prioritize timely payments to small business subcontractors and maintain comprehensive records related to subcontracting efforts. The document’s structure provides sections for setting goals, products/services, administration of the subcontracting program, establishing equitable opportunities, and ensuring compliance with reporting requirements. It ultimately emphasizes the government’s commitment to fostering small business participation in federal contracts.
    The document outlines specific requirements and standards for lease 36C25025R0084 concerning space leased by the Department of Veterans Affairs (VA). It covers a range of topics including applicable codes, safety standards, and operational stipulations for both the lessor and its contracted employees. Key sections include reference standards such as the FGI Space Guidelines and National Fire Protection Agency codes, additional space requirements such as security measures (CCTV, intrusion detection systems), health mandates compliant with CDC regulations, and detailed specifications for telecommunications and security systems. Lessor employees must wear distinctive uniforms and complete mandatory training in privacy policies and security. Site security services are mandated, including the need for trained personnel to manage access control and maintain a professional appearance. Key telecommunications provisions involve the installation of advanced security systems and infrastructure to support VA operations. The document emphasizes compliance with legal standards and protection of government property, reflecting VA's commitment to providing safe and effective healthcare environments through stringent oversight on leased facility operations.
    The document outlines the Program for Design at the Hudson Outpatient Surgery Center, specifying requirements for various functional areas, including surgery rooms, waiting areas, and support spaces. The program details the area allotments in square feet, distinguishing between leasable and non-leasable spaces. Notably, it includes critical zones such as operating rooms, pre-op and post-op bays, outpatient reception, and breakrooms, aiming to efficiently facilitate surgical and endoscopic procedures. The design standard section highlights technical requirements for the procedure rooms, emphasizing environmental controls like temperature, humidity, and airflow, coupled with essential safety features such as medical gases and waste disposals. It also entails a comprehensive inventory of furniture and equipment to be provided, both government-furnished and contractor-installed. This document serves as a guideline for future construction efforts, reflecting VA standards and emphasizing a patient-centered approach in healthcare facility design.
    The U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest for approximately 8,000 ABOA square feet for an Outpatient Surgery Center in Hudson, Ohio, under solicitation number 36C25025R0084. This advertisement serves solely to identify potential sources and is not a request for proposals. The VA requires existing buildings that support municipal utilities and must meet specific space configuration criteria, zoning, and environmental safety standards. Key requirements include a contiguous space on one floor, proximity to public transportation, and no incompatible nearby uses such as liquor establishments or treatment centers. Interested parties must submit specific documentation, including property details, a site plan, and evidence of financing capability by May 2, 2025. Preference will be given to Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). The project budget is estimated between $500,000 and $1,000,000, with no progress payments during build-out. This initiative reflects the VA's commitment to expanding its healthcare facilities to better serve veterans, emphasizing compliance with federal and local requirements throughout the project lifecycle.
    The U.S. Department of Veterans Affairs (VA) is issuing a pre-solicitation for leasing an outpatient ambulatory surgery clinic in Hudson, Ohio, under solicitation number RLP 36C25025R0084. The VA seeks to lease up to 8,000 ABOA (usable) square feet of medical office space, including a minimum of 40 parking spaces that comply with ADA standards, for a term not exceeding 10 years. The space must operate free from disruption to existing VA services and adhere to the specific area boundaries in Hudson. Key requirements for the offered space include provision for municipal water and sewer, single-floor layout, appropriate zoning, proximity to essential amenities like hospitals and public transport, and compliance with multiple building and safety standards. Certain space configurations are not acceptable, and the site must be free of environmental hazards. This solicitation is a full and open competition, with further instructions for formal proposals to follow. Interested parties can contact Contract Specialist Brian Walton for more information. This request underscores the VA's ongoing commitment to providing accessible healthcare services to veterans.
    The file outlines a Request for Lease Proposals (RLP) by the Department of Veterans Affairs (VA) for a property in Hudson, Ohio, with an offer deadline of August 4, 2025. It seeks a maximum of 8,000 ANSI/BOMA square feet of existing, modern quality space for a lease term of up to ten years. Proposals must comply with various requirements, including security, accessibility, environmental considerations, and compliance with federal standards. Key specifications entail a single-floor layout, location in a safe neighborhood, availability of specific parking spaces, and the need for nearby amenities and public transportation. The proposal evaluation will consider price, layout efficiency, and compliance with security standards, documented through specified forms. Offerors must ensure that properties are free of hazardous materials like asbestos and comply with energy efficiency standards per the Energy Independence and Security Act. The document stipulates guidelines for offer submission, including necessary forms and documentation that validate ownership and financial capability. This RLP emphasizes the VA's commitment to providing accessible, secure, and environmentally sound facilities for its operations.
    The Department of Veterans Affairs (VA) is seeking to lease up to 8,000 ABOA square feet of medical office space in Hudson, Ohio, for an Outpatient Ambulatory Surgery Clinic. This full and open competition lease procurement, RLP 36C25025R0084, requires an existing building with 40 reserved parking spaces, including ADA-compliant ones. The lease term will not exceed 10 years. Key requirements include location within a specified area of Hudson, Ohio, site support for municipal utilities, single-floor occupancy, and proximity to amenities like restaurants, hospitals, and public transportation. The space must be free from flood risks, incompatible uses (e.g., liquor establishments, correctional facilities), and environmental hazards. It must also comply with federal, state, and municipal codes for fire safety, physical security, accessibility, and sustainability. The deadline for responses is August 4, 2025, at 3:00 PM Eastern Time.
    The Department of Veterans Affairs (VA) is seeking proposals for leasing a new outpatient ambulatory surgery clinic in Hudson, Ohio, as outlined in solicitation number 36C25025R0084. The project requires approximately 8,000 ABOA square feet of medical office space, including 40 dedicated parking spaces, with specific accessibility features. The lease term is capped at 10 years and seeks locations that comply with various requirements, including zoning for VA use and absence of environmental hazards. The designated area for consideration has defined boundaries, and the building must be single-story without unusual spatial configurations. Additional stipulations include proximity to essential services, such as hospitals and public transit, and adherence to safety standards. Proposals must consider accessibility for deliveries and compliance with federal regulations for fire safety and sustainability. The procurement is open to full competition and does not incorporate any set-aside for small businesses. Interested parties can direct communications to the contract specialist, Brian Walton.
    Lifecycle
    Similar Opportunities
    Yukon, OK CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a medical clinic space in Yukon, Oklahoma, specifically under Request for Lease Proposals (RLP) No. 36C24W25R0116. The requirement is for 22,155 to 26,586 ABOA square feet of contiguous space, with a 20-year lease term (10 years firm) and the provision of 150 reserved parking spaces. This facility will expand existing services and introduce new healthcare offerings for veterans, adhering to strict VA and federal building codes, including security and environmental standards. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025; interested parties should contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    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
    Buyer not available
    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.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    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.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.