NEW/REPLACING RICHMOND CBOC LEASE - GLOBAL RLP# 36C25624R0124
ID: 36C25624R0124Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions of Lease No. 36C256-24-L-0002 between the Lessor and the United States Government, specifically the Department of Veterans Affairs (VA). It details the agreement to lease premises for government use, specifying the property’s location and dimensions, as well as rental amounts, including provisions for tenant improvements and associated costs. Notable components include the lease term, renewal and termination rights, the obligations of both parties, and financial arrangements, such as adjustments for real estate taxes and operating costs. Key points include: 1. The Government's right to occupy a defined space, use of common areas, and associated appurtenant rights. 2. A structured plan for annual rent payments based on various cost components. 3. Provisions for alterations as requested by the Government and responsibilities concerning building improvements. 4. Detailed stipulations regarding the handling of taxes and potential increases or decreases in associated costs. The document serves a critical function in governmental procurement processes, ensuring clarity and accountability in leasing arrangements vital for federal operations.
    The Richmond Community Based Outpatient Clinic (CBOC) is planning to construct and operate leased premises based on stringent Agency Specific Requirements (ASRs) set by the Veterans Health Administration (VHA). These requirements outline essential standards that go beyond standard lease templates, ensuring compliance with The Joint Commission (TJC) guidelines. The document encompasses various sections, detailing space requirements, mechanical design, security protocols, and maintenance mandates. Notable design features include specialized rooms for mental health and audiology, state-of-the-art HVAC and plumbing systems, and rigorous security measures for sensitive areas like the Police Operations section. Additional mandates address signage, telecommunications infrastructure, and environmental management responsibilities, emphasizing adherence to local codes and VA specifications. The facility design must also accommodate emergency systems and incorporate sustainable practices following LEED standards. Overall, the document serves as a comprehensive guide to ensure the effective construction and operation of a clinic that meets healthcare standards while enhancing patient safety and accessibility.
    This document outlines the security requirements for Level II facilities leased by the government, detailing specific obligations for Lessors regarding security measures, access control, and the maintenance of security systems. It defines critical areas that require restricted access, the Design-Basis Threat used to assess security standards, and various installation requirements for security infrastructure including Video Surveillance Systems (VSS) and Intrusion Detection Systems (IDS). Key areas covered include access controls for entrances, securing common areas, and parking regulations, supplemented by guidelines on landscaping to deter concealment. The document mandates cooperation with the Facility Security Committee, implementation of a construction security plan, and comprehensive cybersecurity measures. Emphasis is placed on ensuring all systems align with government standards and protocols to ensure the safety and security of government personnel and assets. Overall, this document is part of the federal RFP process to ensure that leased properties meet stringent security criteria critical for operational integrity.
    The provided document is the Security Unit Price List (Level II) for the U.S. Department of Veterans Affairs, pertaining specifically to the lease number 36C256-24-L-0002 in Richmond/Rosenberg, TX. It serves as a framework for pricing various security measures linked to facility management, emphasizing specific areas such as facility entrances, common areas, and security systems. The list categorizes security features into sections: facility entrances and lobby, interior government space, exterior sites, security systems, and operations. Each section contains subcategories with corresponding unit prices and quantities to be determined post-award, facilitating itemized cost estimation for security improvements specified in the lease. A notable aspect is the mention of Building Specific Amortized Capital (BSAC), which indicates that actual costs for necessary security measures will be confirmed after final design approvals. The document also instructs leasing specialists to adjust the price list based on any changes in security requirements. In essence, this document is integral to the procurement process for securing government facilities, articulating the financial expectations and procedural guidelines for implementing necessary security countermeasures in compliance with federal standards.
    The GSA Template 3516 outlines the solicitation provisions for the acquisition of leasehold interests in real property. It details instructions for offerors, including definitions of key terms, submission and modification procedures for proposals, and the acknowledgment of amendments to the solicitation. Proposals must be submitted in compliance with specified formats and timelines, with conditions for late submissions and revisions highlighted. The document stipulates that the government will award the lease to the responsible offeror whose proposal demonstrates the best value. It includes sections on ensuring equal opportunity compliance, requirements for submitting facsimile proposals, and restrictions on disclosing data. Furthermore, the document mandates that offerors be registered in the System for Award Management (SAM) with unique entity identifiers before contract award and emphasizes that properties within a 100-year floodplain require special consideration. This template serves as a critical framework guiding applicants in government leasing processes, ensuring adherence to procurement regulations and compliance evaluations as necessary, ultimately aiming to streamline the proposal and award mechanism in federal leasing transactions.
    This document outlines the general clauses related to the acquisition of leasehold interests in real property under federal and state/local regulations. It includes provisions from the General Services Acquisition Regulation (GSAR) and the Federal Acquisition Regulation (FAR), detailing critical aspects such as definitions, subletting, payment procedures, and compliance obligations. Notable clauses address rights of the government in inspections, maintenance responsibilities of the lessor, conditions for subordination and assignment, obligations upon default, and requirements for prompt payment. It establishes the legal framework binding both lessor and government entities, ensuring federal and local compliance on matters such as labor standards, equal opportunity provisions, and cybersecurity measures. The document serves as a foundational resource for understanding the responsibilities and rights of parties involved in federal leasing agreements, particularly relevant for government Request for Proposals (RFPs) and grants.
    The document appears to be a prompt for accessing a government PDF file related to federal and local Requests for Proposals (RFPs) and grants, though it lacks the actual content due to a viewer compatibility issue. It encourages users to ensure their Adobe Reader software is up-to-date for proper viewing. The intent is likely to provide information pertinent to government funding opportunities and agency solicitations for services or products. Essential topics in such documents typically include the scope of work, eligibility criteria for applicants, submission guidelines, evaluation processes, and deadlines for proposals. However, due to its unavailability, specific details cannot be extracted, emphasizing the importance of accessing updated software to engage with governmental resources effectively.
    The Lessor's Annual Cost Statement, governed by the General Services Administration (GSA), serves to estimate annual costs associated with services, utilities, and building ownership pertinent to government leases. This document outlines the procedures for lessors to report both the estimated annual costs of services (such as cleaning, heating, and maintenance) and the costs associated with ownership, excluding capital charges. Lessor responsibilities encompass various categories, including salaries, system maintenance, utilities, and insurance. The report is structured into two sections: the first detailing estimated costs for services and utilities provided as part of the rental agreement, and the second emphasizing ownership costs. There's a focus on ensuring rental charges align with local market rates. Having undergone a review process, lessors are instructed to certify that their cost estimates reflect accurate information. This document is part of a broader system aimed at managing government leases efficiently, ensuring transparency in cost reporting, and aligning with the Paperwork Reduction Act to minimize administrative burdens. Overall, it facilitates the government's assessment of rentable spaces while safeguarding taxpayer interests in federal property leasing.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation protocol for office buildings under the General Services Administration (GSA). It contains two parts: Part A for spaces below the 6th floor and Part B for those on or above. Part A requires information regarding general building data and fire safety systems to be filled out by the Offeror or their representative, ensuring compliance with the latest building and fire codes. Key safety elements to assess include sprinkler systems, fire alarms, exits, and emergency lighting. Part B necessitates a detailed narrative from a licensed fire protection engineer encompassing a thorough evaluation of the building's safety measures, fire suppression systems, and existing deficiencies, along with recommended corrective actions. Compliance with both local codes and relevant National Fire Protection Association standards is mandatory. The evaluation aims to ensure the offered space's safety and adherence to federal lease requirements, recognizing the importance of fire safety in government facilities. Ultimately, this document establishes a framework for assessing and ensuring adequate fire protection and life safety measures are upheld in proposed government office premises.
    The document serves as a collection of standard terms and conditions related to various governmental lease agreements, specifically within the framework of RLP (Rental Lease Program) Attachments often utilized in federal and state/local RFP processes. It outlines critical elements such as responsibilities of the lessor and government, procedural guidelines, and compliance requirements necessary for lease agreements. Key sections address negotiations, lease obligations, and the necessity of following established protocols to ensure transparency and accountability. The inclusion of specific provisions relevant to property management, maintenance, and operational standards reinforces the government's commitment to efficient resource management and regulatory adherence. Emphasizing careful documentation and communication, the document facilitates a structured approach to lease management, connoting its importance in safeguarding governmental interests while promoting collaboration with private sector lessors.
    The document outlines the representation requirements regarding telecommunications and video surveillance equipment in federal contracts, as mandated by the John S. McCain National Defense Authorization Act of 2019. It primarily addresses the prohibition against procuring or using covered telecommunications equipment or services that could jeopardize national security. Offers are required to indicate whether they will or will not provide such covered equipment or services when responding to solicitations. Definitions pertaining to telecommunications terms and specific prohibitions are included, alongside disclosure procedures for Offerors. These disclosures require detailed information on any covered equipment or services offered, including manufacturer details and use cases relevant to compliance with the prohibition. The form must be signed by the Offeror or a legally authorized representative, affirming their certifications about the use of covered technologies in accordance with federal regulations. This ensures that federal contracts do not inadvertently support any entities potentially harmful to national interests. The representation structure reflects the government's aim to maintain oversight and safeguard against the risks associated with covered telecommunications systems.
    The Richmond Replacement Lease Space Plan outlines the proposed spatial layout for the Outpatient/PACT Clinic, detailing various functional areas such as the lobby, reception, patient care, audiology, and mental health services. The plan specifies quantities of rooms, their respective codes, names, sizes, and construction phases. The document includes a comprehensive inventory of spaces necessary for efficient healthcare delivery, emphasizing patient accessibility and operational workflow. Key areas highlighted include reception zones with multiple kiosks, waiting rooms, exam and consultation rooms, and specialized facilities for diverse healthcare services like audiology, eye care, mental health, and rehabilitation. Overall, the space plan supports the goal of providing a fully functional, patient-centered environment within the Department of Veterans Affairs. By prioritizing effective layout and diverse healthcare facilities, it reflects a commitment to modern health service delivery standards, ensuring the needs of patients and staff are adequately met.
    The document outlines procedures and guidelines for completing Tenant Improvement (TI) and Shell Cost Estimates for government projects per the Masterformat CSI division. It provides a structured framework for filling out material and labor costs associated with TI and Shell, emphasizing accurate descriptions, quantities, unit costs, and labor hours. The focus is on Tenant Improvements, which involve converting a shell condition into a usable space, and on the Shell itself, which pertains to the base structure and infrastructure of buildings. Key areas include instructions on filling out the 'INPUT' tab with project specifics and populating the Tenant Improvement Cost Summary (TICS) for various construction divisions. Each division from 1-33 requires detailed documentation of associated costs, with specified examples for clarity. The guideline mandates adherence to existing lease agreements and defined costs for specific projects. Proper accounting for soft costs from subcontractors is also highlighted to ensure a comprehensive financial overview. This systematic approach aims to facilitate accurate budgeting and compliance for projects funded through federal government RFPs, grants, and local proposals, contributing to effective project delivery and financial accountability in government contracting.
    The document outlines mandatory policy signs required by the Department of Veterans Affairs (VA) across its facilities, focusing on critical directives for safety and patient rights. Each sign type is classified with specific designations (e.g., "Consent to Inspection," "No Smoking," and "No Weapons") and details about size, installation, color schemes, and typography are provided. Key aspects include the prohibition of weapons, smoking, and unauthorized inspection of bags, along with warnings about legal consequences for violations. The document specifies the signage construction and standardized placement to ensure compliance with VA policy directives, highlighting patient rights and responsibilities. These responsibilities range from ensuring a safe environment to respecting patient privacy and addressing complaints, promoting a respectful and supportive healthcare atmosphere. The guidelines serve as a framework for enforcing safety regulations and enhancing patient experience within VA facilities, illustrating the operational protocols necessary for administrative efficiency and legal adherence.
    The Past Performance Questionnaire is a document utilized by the Department of Veterans Affairs (VA) to evaluate Offerors for potential contract awards. Each Offeror must send a separate questionnaire to designated evaluators, who are required to complete and return the document by December 12, 2024. It includes essential details such as the Offeror's name, address, contract specifics, and evaluator contact information. The questionnaire assesses key performance metrics through a rating system ranging from Outstanding (O) to Unacceptable (U), focusing on aspects like compliance with contract requirements, timeliness, management effectiveness, interpersonal relations, and quality control. Evaluators are also prompted to provide additional insights if ratings indicate Marginal or Unacceptable performance. Moreover, the survey includes inquiries regarding any contract disputes and overall satisfaction with the Offeror's services. The evaluators' feedback is critical for the VA, ensuring that past performance strongly informs their decisions in selecting reliable contractors. The emphasis on confidentiality underlines the sensitive nature of the responses. This document serves as an integral part of the federal contracting process, ensuring adherence to regulations while striving for excellence in service provision to meet the needs of veterans.
    This document is a Combined Synopsis/Solicitation Notice for a Request for Lease Proposal (RLP) pertaining to the Richmond Community-Based Outpatient Clinic (CBOC). The solicitation number is 36C25624R0124, with a response deadline set for September 30, 2024, at 12 PM Central Time. The opportunity is designated for Small Disabled Veteran-Owned Small Businesses (SDVOSBC) and excludes Recovery Act funds. The contracting office is located at the Department of Veterans Affairs, Houston, TX. Key attachments included in the solicitation detail the agency's specific requirements, security standards, necessary forms, and a past performance questionnaire. The address for the place of performance is listed as Richmond/Sugarland/Rosenberg, TX. The document acts as an official request for qualified vendors to submit proposals for leasing space to serve veterans effectively at the Richmond CBOC. This RLP aims to ensure compliance with close consideration of the specifications laid out, fostering fair competition among eligible businesses while emphasizing the VA's focus on veteran services. The announcement is part of the ongoing initiative by the federal government to procure necessary facilities under defined regulations and solicitation provisions.
    The document outlines the Request for Lease Proposals (RLP) No. 36C25624R0124 issued by the General Services Administration for leasing a space in Richmond, TX, with submissions due by September 30, 2024, at noon CST. The RLP specifies that conforming proposals will be evaluated based on established criteria to select an Offeror for award. The government seeks approximately 42,882 rentable square feet in a modern building meeting various minimum standards, including accessibility, security, and energy efficiency. Key elements include a lease term of 20 years with options for termination, the need for 150 parking spaces, and compliance with specific environmental and historical preservation requirements. Offerors must ensure their proposals include costs, detailed plans for tenant improvements, and compliance documentation, along with a completed submission of required forms. The RLP emphasizes the necessity for transparency and adherence to governmental regulations during the bidding process, affirming a commitment to sustainable and efficient leasing solutions while safeguarding public interests and adhering to federal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    New Lease for VA Clinic (CBOC) Parker County, Texas
    Active
    Veterans Affairs, Department Of
    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.
    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.
    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.
    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.
    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--Mount Pleasant As-Built (VA-24-00080603) See Response Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms for a lease project related to the Mount Pleasant As-Built initiative, identified by solicitation number 36C24724R0084. The project requires approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC, with a preference for a 20-year lease that includes essential maintenance and utilities. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an anticipated cost between $100,000 and $10 million. Interested parties must submit expressions of interest by October 4, 2024, at 4:30 PM Eastern Time, and can contact Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further inquiries.
    Chatsworth Vet Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential vendors to lease space for a Vet Center in Chatsworth, California. The VA requires a minimum of 4,500 to a maximum of 5,500 rentable square feet of existing office space, along with 27 reserved parking spaces, including three that are ADA-compliant, for a lease term of 20 years with termination rights after five years. This initiative is part of the VA's commitment to securing appropriate facilities to support veteran services effectively, and interested parties must submit their documentation by September 23, 2024, to Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    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.
    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.