X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
ID: 36C25225R0057Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.

    Point(s) of Contact
    Matthew G WrightMatthew Wright
    (414) 844-4833
    matthew.wright2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA seeks a space between 8,450 and 9,999 Net Usable Square Feet to serve veterans and staff, accommodating either an existing building or a newly constructed facility. The desired lease term is 20 years—10 years firm, followed by 10 years soft. Proposals must be submitted via email by May 9, 2025, at 4:00 p.m. CDT. The solicitation is open to all interested parties without a set-aside. Several attachments delineate specific requirements, including security provisions and operational standards. This initiative reflects the VA’s commitment to improving healthcare access for veterans through adequate facility provision.
    This document outlines Lease No. 36C25225L0057 between the Lessor and the U.S. Government, specifically the Department of Veterans Affairs. It details the leasing of a property for a term of 20 years, with a 10-year firm commitment. The lease outlines the premises, including rent structure, termination, and renewal rights, along with landlord responsibilities regarding tenant improvements and maintenance. Key sections address rental payments, adjustments based on occupancy, operating costs, and termination rights. The document prioritizes compliance with federal regulations, specifying architectural standards, environmental policies, and procedures for alterations. Included are provisions for construction standards, financial deliverables, and alterations, ensuring both parties understand their obligations. Additionally, real estate tax adjustments, operating costs mechanisms, and conditions for vacating the premises are elaborated. The lease emphasizes the Government's authority to oversee the construction process and manage the property post-occupancy. The intention is to ensure a functioning and compliant workspace for government operations while safeguarding the entity's rights throughout the lease term.
    The document outlines the design requirements for constructing a new Freeport Community Based Outpatient Clinic (CBOC) in Illinois, catering to the needs of the William S. Middleton Memorial VA Hospital. The project aims to create a 8,450-square-foot space to facilitate various health services, including Primary Care and Specialty Care, adhering to the VA's Primary Aligned Care Team (PACT) model for flexible and collaborative care. The design includes comprehensive duties for architects and engineers (A/E), requiring thorough site investigations, detailed project plans, compliance with applicable codes, and VA construction specifications. Key requirements include strong emphasis on functionality, accessibility (ADA compliance), acoustic privacy, and patient comfort, alongside provisions for telehealth capabilities and advanced safety features, such as duress alarms and secure access control. The project’s timeline specifies submission stages for schematic designs, development drawings, and final construction documents. The document encapsulates the VA's commitment to providing well-designed health facilities while ensuring compliance with federal, state, and local regulations, representing a significant investment in veteran healthcare infrastructure.
    This document outlines the additional security requirements for Facility Security Level II, emphasizing obligations for Lessors in constructing and maintaining government facilities. Key areas of focus include access control and screening measures at entrances and common areas, securing critical areas, and enforcing restrictions on public access. It mandates cooperation with the Facility Security Committee and the development of a construction security plan to protect governmental assets during projects. Security system protocols include regular testing and maintenance of surveillance, intrusion detection, and physical access control systems. The document also highlights the importance of cybersecurity measures for building systems, requiring Lessors to implement robust safeguards against cyber incidents. Overall, this comprehensive framework aims to achieve a minimum baseline level of security tailored to the specific threats facing government facilities, ensuring the safety and protection of personnel and assets.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property, detailing the procedural guidelines and requirements for offerors. Key topics include the definitions of "discussions," "proposal modifications," and "proposal revisions," which are essential for understanding the negotiation process post-competitive range establishment. Offerors must submit proposals as stipulated, including acknowledgment of any amendments and compliance with submission timelines. Late proposals may be considered under specific conditions, emphasizing the importance of adherence to deadlines. The award of leases aims to be made to those proposals representing the best value, with provision for discussions where necessary. It includes clauses on compliance evaluations for contractors exceeding $10 million and the procedures for protests regarding contract decisions. Additional stipulations cover the essential registration in the System for Award Management (SAM), which offers guidance on the unique entity identification process. Proposals differing from stated requirements must justify the advantages to the government, while leases within floodplains face stricter conditions. Overall, the document serves as a comprehensive guide for potential lease offerors, delineating expectations and procedural compliance in the context of federal government solicitations.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, specifically focusing on various terms and conditions governing lease agreements between the federal government and lessors. Key sections include definitions, subletting and assignment, maintenance obligations, performance standards, compliance with laws, payment terms, and the protocol for changes and disputes. The clauses aim to ensure mutual obligations, including the government’s right to inspect properties, obligations of the lessor regarding property maintenance, and prompt payment procedures. Additionally, the document mandates compliance with various federal laws and outlines provisions for dealing with defaults and modifications to the lease. The intent is to establish a clear framework for federal leasing transactions, emphasizing accountability, legal compliance, and protecting both parties' interests. This structure is significant within the context of government procurement, addressing responsibilities, rights, and remedies in leasehold agreements for federal properties.
    The document outlines the necessary representations and certifications for entities submitting offers in the leasing of government property. It is critical for the offeror, defined as the property owner, to complete specific sections, affirming their business status in relation to small business classifications, including small, women-owned, and veteran-owned business concerns. The document includes guidelines for certifications regarding federal tax liabilities, previous contract compliance, and responsibility matters, ensuring accountability in federal transactions. Additionally, it emphasizes the importance of providing a Taxpayer Identification Number (TIN) and registering in the Central Contractor Registration system. Each section delineates the necessary legal compliance and ethical standards required for participation in government procurement processes. By gathering truthful representations and certifications, the government aims to ensure fair contracting and promote the involvement of diverse businesses in federal contracts. This form acts as a critical tool to gauge offeror eligibility while upholding the integrity of government contracting practices.
    The document outlines the clause 52.204-25, which prohibits the procurement of certain telecommunications and video surveillance equipment and services linked to specified foreign entities, notably those based in China, such as Huawei and ZTE. It defines covered telecommunications and video surveillance products, including those with critical technology, and emphasizes the prohibition on contracting for systems that incorporate these entities' equipment unless exemptions apply. Contractors must conduct a reasonable inquiry to disclose any use of such covered equipment and are mandated to report findings to the government promptly. The clause also requires that its provisions be included in all subcontracts. This regulation is a part of efforts to secure government operations against potential security threats posed by foreign-controlled technologies, thereby ensuring compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Overall, the document reinforces the government's commitment to national security by restricting the use of specific foreign technologies in federal contracts.
    This document outlines a proposal for leasing space in response to the GSA's Request for Lease Proposals (RLP) Number 36C252-25-R-0057. It provides detailed specifications including the building's name, address, total rentable space, and various lease terms such as the proposed rental rates, initial lease periods, and parking requirements. The proposal must address tenant improvements, including amortization costs and adjustments for vacant premises and reduced services. The document also emphasizes compliance with governmental building standards related to seismic safety, fire safety, and accessibility. Additionally, it covers the offeror's financial commitments, such as any commissions due and the rental structure, including free rent concessions. Supporting documentation related to the owner's interest in the property, flood plains, and energy efficiency standards must accompany the proposal. The central focus of the file is to solicit structured, compliant proposals from lessors to meet government space requirements while adhering to specific leasing standards.
    The document is the Lessor's Annual Cost Statement from the General Services Administration (GSA), used for calculating estimated annual costs associated with leased governmental properties. It serves to collect detailed financial data on services and utilities provided as part of the rental consideration, including costs for cleaning, heating, electrical, plumbing, air conditioning, and maintenance services. The document is structured into two main sections: Section I focuses on estimated annual costs of services and utilities, while Section II addresses costs of ownership exclusive of capital charges. Lessees are required to estimate costs for various categories such as salaries, system maintenance, and supplies, ensuring that the costs accurately reflect the services provided to the Government. This information helps the GSA determine fair rental rates in accordance with market standards. Additionally, the document includes instructions for filling out each section and emphasizes compliance with the Paperwork Reduction Act. The overall purpose is to streamline the lease proposal process and ensure transparency in financial transactions related to government property leasing.
    The document outlines the Lease Security Standards involving a comprehensive approach to security for government facilities. Key components include requirements for facility entrances, lobby, common areas, identity verification, signage, landscaping, and security systems. It emphasizes the need for unit pricing on security countermeasures detailed in the lease and the necessity for negotiations post-design. Specific features include employee access controls, visitor access controls, public restroom access, and restrictions in critical areas. Moreover, security systems encompass video surveillance, intrusion detection, and duress alarms, with distinct responsibilities for both the lessor and the government regarding design, installation, and maintenance. The total costs for these security measures are to be provided by the lessor, while various elements are categorized as "SHELL," indicating that they are included but not to be priced in this document. Overall, the file signifies a structured approach to ensuring facility security compliance in line with federal standards, aligning with the goals of government RFPs and grants aimed at enhancing safety protocols in public settings.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation for an office building, issued by the General Services Administration (GSA). It consists of two parts tailored to the location of the offered space: Part A for spaces below the 6th floor and Part B for those on or above the 6th floor, which must be completed by a professional engineer. Essential requirements are based on compliance with the latest building and fire codes specific to the building's jurisdiction, with a focus on egress as per the National Fire Protection Association's Life Safety Code. Key evaluations include fire sprinkler and alarm systems, emergency lighting, exit signs, and elevator safety features. The Offeror is responsible for providing thorough and accurate information about the building's fire safety measures, ensuring that all areas meet required standards, and identifying any non-compliance. The document reinforces the GSA's commitment to safety and compliance in federal space acquisitions, serving as a critical evaluation tool for prospective leases. Accurate completion of the form is essential for the Offeror to attest to the safety of the offered space, thus ensuring occupant safety and regulatory compliance.
    The Seismic Form D outlines the requirements for offerors seeking exemption from seismic standards known as RP 8. It specifies three conditions under which a building may be deemed exempt: (1) if located in a low or very low seismicity area; (2) if situated in a medium seismicity area with less than 10,000 ABOA square feet leased to the Federal Government; and (3) if in a high to very high seismicity area as a one-story structure made of steel light frame or wood, with less than 3,000 ABOA square feet. The form requires the offeror's signature and the name of the signer, confirming the exemption claim. This document serves as part of federal grant applications and RFPs, ensuring compliance with seismic safety regulations while allowing for certain exceptions based on specific building characteristics and locations.
    The document outlines the General Decision Number IL20240001, which pertains to prevailing wage rates for construction projects in Illinois, specifically non-residential building projects. It clarifies that contracts must comply with the Davis-Bacon Act and recent Executive Orders, detailing minimum wage requirements based on contract start dates and extensions. For contracts effective from January 30, 2022, workers are entitled to at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, should receive $12.90 per hour. The file includes wage determinations and fringe benefits for various trades across multiple Illinois counties, such as asbestos workers, electricians, and heavy equipment operators, specifying wages and classifications tied to labor standards. The document emphasizes compliance with wage regulations to ensure fair compensation for laborers involved in public contracts, indicating a commitment to worker protection in government-funded projects.
    This Statement of Work (SOW) outlines the requirements for custodial services at a Department of Veterans Affairs (VA) leased clinic. The contractor is responsible for managing, equipping, and providing labor to ensure a clean and professional facility. Detailed basic cleaning tasks include floor maintenance, trash removal, window cleaning, and disinfection of restrooms, with specific frequencies and cleanliness standards outlined in appendices. The contractor must use EPA and FDA-approved cleaning agents, provide Material Safety Data Sheets, and comply with Joint Commission on Accreditation of Healthcare Organizations guidelines. Security protocols require contractor personnel to have identification, adhere to safety regulations, and complete background checks. Additionally, the contractor must ensure confidentiality regarding patient information and compliance with HIPAA regulations. A Quality Assurance Surveillance Plan will monitor the contractor's performance against the specified standards. The comprehensive cleaning schedule emphasizes maintaining a sanitary environment, especially in laboratories and examination rooms, highlighting the VA's commitment to quality service and safety in healthcare facilities.
    The document outlines Request for Lease Proposals (RLP) No. 36C252-25-R-0057 from the VA for leasing a Freeport Community Based Outpatient Clinic in Illinois. The proposal requires a minimum of 8,450 to a maximum of 10,140 net usable square feet of space with a lease term of 20 years and an initial firm term of 10 years. The space must include specific features, such as 40 reserved parking spaces and the potential for installations like antennas. Key aspects include compliance with accessibility, energy efficiency under the Energy Independence and Security Act, and environmental considerations. Proposals must conform to detailed submissions, including various GSA forms. Offerors must also comply with numerous eligibility criteria, including layout efficiency, hazardous material assessments, and security requirements. The process emphasizes transparency, confidentiality, and clear communication with designated government contacts. The deadline for proposal submission is May 9, 2025, by 4 PM CDT, and offers must be sent electronically. This RLP exemplifies government initiatives to procure suitable facilities while ensuring compliance with federal standards and community service needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    McLean CBOC Succeeding Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest for a succeeding lease of medical space for the McLean County VA Community Based Outpatient Clinic (CBOC) in Bloomington, Illinois. The VA requires a minimum of 20,904 rentable square feet on a single contiguous floor, with occupancy needed by October 2026, and a lease term of up to 20 years, including a 10-year firm period. This procurement is crucial for maintaining healthcare services for veterans, and interested offerors must submit detailed property information, including compliance with federal and local standards, by December 23, 2025, to Melanie Raney-Johnson at melanie.raney-johnson@va.gov.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Veterans Affairs, Department Of
    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.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Veterans Affairs, Department Of
    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.
    X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a new Primary Care Annex in West Palm Beach, Florida, under Request for Lease Proposal (RLP) No. 36C248-25-R-0031. The VA seeks a contiguous space of 11,886 to 12,000 ABOA square feet, with specific requirements including at least 100 reserved parking spaces and compliance with various standards such as accessibility, fire protection, and energy efficiency. This facility will play a crucial role in providing primary care services to veterans in the area, emphasizing the importance of modern and accessible healthcare infrastructure. Interested offerors must submit their proposals by 3:00 PM ET on January 26, 2026, to Javier Correa Ochoa, the Lease Contracting Officer, at javier.correaochoa@va.gov.
    LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to acquire a lease for a Community Based Outpatient Clinic (CBOC) in Paso Robles, California, to support the VA Greater Los Angeles Healthcare System. The procurement requires approximately 6,960 rentable square feet of space to provide Primary Care, Mental Health, and other essential services for Veterans, with a firm lease term of 10 years. This initiative is crucial for enhancing healthcare access for Veterans and must comply with federal laws, building codes, and the Americans with Disabilities Act, while being conveniently located near public transportation. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), are encouraged to submit expressions of interest, including property details and proof of ownership, via email to Garry Alexander at Gary.Alexander@va.gov by 4:00 PM PDT on December 19, 2025.