X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
ID: 36C24724R0027-02Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range from 4,644 to 4,876 rentable square feet and be located in a professional, aesthetically pleasing building that meets specific safety and accessibility standards, including seismic compliance. This procurement is crucial for providing necessary services to veterans, ensuring that the facility is equipped to support personnel, furnishings, and equipment effectively. Interested lessors must submit their proposals online by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or 256-403-9563.

    Point(s) of Contact
    Gary BakerContracting Officer
    (256) 403-9563
    Gary.Baker3@va.gov
    Files
    Title
    Posted
    The solicitation provisions detailed in this file pertain to the simplified acquisition of leasehold interests in real property. It begins with definitions clarifying the submission process, including the terms used, modification procedures, and the calculation of time. It outlines conditions for submitting proposals, emphasizing timely receipt and acceptable evidence for late submissions. Offerors are instructed to identify any advantageous deviations from the stated requirements in their proposals, and the government reserves the right to amend the solicitation accordingly. Additionally, provisions specify the parties involved and their signing authorities, including individuals, partnerships, corporations, and joint ventures. Facsimile proposals are permitted, with rules ensuring readability and allowing resubmission if necessary. The document also addresses restrictions on disclosing proposal data and the government's intent to award leases based on best value and technical merit, while allowing for the rejection of unbalanced proposals. Post-award debriefings are outlined, permitting the disclosure of certain information to other offerors. Furthermore, the requirement to be registered in the System for Award Management (SAM) prior to award is emphasized, with instructions for obtaining a unique entity identifier. Overall, this file provides a detailed framework for the procurement process related to acquiring leasehold interests in real estate, ensuring fairness, transparency, and efficiency.
    The file details the general clauses to be integrated into a government lease agreement for real estate properties. It encompasses the lessor's obligations for property maintenance, building systems management, and health and safety standards. The government's rights include inspection and termination in specific circumstances. The file also outlines procedures for addressing lessor defaults, emphasizing the importance of compliance with applicable laws. Additionally, it incorporates various FAR and GSAR clauses by reference, covering a range of topics from executive compensation reporting to subcontracting plans and dispute resolution. Notably, it includes a prohibition on contracting for certain telecommunications and video surveillance services or equipment, with exceptions. The clauses aim to protect the government's interests and establish a comprehensive framework for the lease relationship.
    The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
    The file outlines a mandate prohibiting the procurement of certain telecommunications and video surveillance equipment or services that are deemed a security risk. Offerors are required to provide representations and disclosures about their products or services. This ensures compliance with the John S. McCain National Defense Authorization Act, which aims to safeguard sensitive government contracts. The act restricts the use of "covered telecommunications equipment or services" and mandates disclosures about the origin and capabilities of such equipment or services if an offeror hopes to supply them. The focus is on equipment or services that are essential to the system or incorporate critical technologies. Exemptions exist for services connecting to third-party facilities. Offerors must navigate these requirements, providing clear representations and disclosures to ensure their proposals align with the government's security protocols.
    The GSA 12000 form (REV. 5/2011) is a government document for evaluating fire protection and life safety measures in office buildings up for lease. It contains two parts: Part A is for spaces below the 6th floor, and Part B for spaces on or above the 6th floor. Parts A and B require details on building occupancy, fire sprinkler and alarm systems, exit signs and emergency lighting, and elevators. Part B requires a detailed narrative report assessing fire safety conditions, along with any building code violations and recommended corrective actions. This report must be completed by a professional engineer. The form aims to ensure building safety and compliance with fire regulations, and offerors attest to the accuracy of their submissions.
    The file contains provisions outlining the terms and conditions for leasing real estate to the government. It defines submission deadlines, late submission policies, and requirements for offerors, including individuals, partnerships, and corporations. The government intends to award the lease based on the proposal that represents the best value, with discussions potentially leading to proposal revisions. Offerors may submit modifications and propose deviations from requirements, provided they identify the advantages to the government. The file also mandates compliance with equal opportunity regulations and outlines procedures for protest and facsimile submission. Additionally, it includes a restriction on the disclosure and use of data submitted in proposals and addresses the avoidance of floodplains in proposed properties. Overall, this solicitation seeks competitive proposals for leasing property to the government, with a focus on compliance, flexibility, and fair evaluation procedures.
    This file contains a "Lessor's Annual Cost Statement," which is a government-mandated form with instructions for property owners or their agents to detail the costs associated with leasing a property to the government. It requests information on the estimated annual costs of services and utilities furnished by the lessor, as well as ownership costs exclusive of capital charges. This form is used in the leasing process to help the government assess the fairness of proposed rental charges and to facilitate informed decision-making in acquiring leased spaces. The lessor is required to provide estimates for various expenses, such as cleaning, utilities, maintenance, and insurance, with separate columns for costs applicable to the entire building and the area leased by the government. The form also seeks details on real estate taxes, insurance costs, and administrative expenses. The lessor must certify the accuracy of the provided cost estimates. This statement has an associated OMB control number and an expiration date of January 31, 2026.
    The GSA 1364 form details a proposal to lease a federal government building, outlining key financial and logistical aspects. It covers building specifics, including address, size, usable and rentable space, and parking provisions, along with proposed lease terms, rental rates, and associated costs. The form also addresses building standards, operations, and necessary improvements, ensuring compliance with fire safety, accessibility, asbestos, and floodplain regulations. Critical to the proposal is the financial information, including rent details, improvement costs, and associated fees, as well as provisions for renewal options, deviations, and owner/offeror details, with signatures affirming understanding of the proposal's terms. This comprehensive form enables a thorough evaluation of the proposed lease agreement, aiding in informed decision-making.
    The file details a clause to be inserted into government lease contracts, focusing on ownership and financing representations for high-security leased spaces. It mandates that offerors provide comprehensive information about their ownership structure, including the presence of immediate and highest-level owners. If there's foreign ownership or financing involvement, offerors must disclose details such as names, addresses, and countries of foreign entities and persons. This clause is crucial for ensuring the government's awareness of potential national security implications and maintaining the integrity of the leasing process for sensitive facilities.
    The file contains instructions and forms related to seismic compliance for building leases being considered by the government. Forms A and B are used to certify compliance for benchmark and existing buildings, respectively, and require detailed information about the building's characteristics, design code, and construction year. Forms C includes a pre-award commitment for either building retrofit or new construction, specifying the engineer in charge and the applicable design standards. Form D allows offerors to claim an exemption from seismic standards under certain conditions. Forms E and F are post-award certificates, used once the building has been leased, confirming that the retrofitting or new construction adheres to the required standards. Throughout these forms, a licensed engineer's involvement is crucial, as they are responsible for evaluating and certifying the building's compliance. These forms ensure that buildings up for lease to the government meet seismic safety standards.
    The file details a comprehensive set of security requirements for a government facility, outlining the responsibilities of the Lessor in ensuring a safe and controlled environment. These measures are designed to protect critical areas, control access, and enhance security systems. The Lessor is responsible for implementing and maintaining various security features, including access control at entrances, screening procedures, securing critical areas, and providing visitor access control. Additionally, the Lessor must comply with cybersecurity protocols, ensuring the facility's physical and digital security systems are safeguarded. The government reserves the right to verify identities and implement key control programs. The Lessor is also expected to cooperate with the Facility Security Committee and adhere to strict guidelines regarding building information access. This facility security plan is customizable and aims to create a robust security framework tailored to the facility's specific needs.
    The file details the security specifications and associated costs for a government agency seeking to lease office space. It encompasses critical systems like emergency power, access control, and building security measures. The lessor is required to provide detailed pricing for specific security improvements categorized as either building-specific or tenant enhancements. Notably, the government will provide security guard services, and some security aspects, like emergency power to critical systems and certain HVAC components, are considered part of the building's essential infrastructure. This comprehensive security measure pricing breakdown is a crucial component of the agency's leasing process, ensuring the necessary protections for its occupied spaces.
    This file details a long-term lease agreement between the federal government and a private sector Lessor, regarding office space and related areas. The government seeks to rent a specified number of square feet of space, including office premises, appurtenant areas, and parking spaces. The lease outlines the rental rates, adjustment clauses, and associated considerations. It encompasses general terms, design standards, construction requirements, tenant improvement components, and obligations during the lease term. Adjustment clauses cover operating costs, vacant premises, and real estate taxes, while the lease also addresses termination and renewal options. The Lessor is responsible for providing all necessary services and maintaining the property. Notably, the government emphasizes its right to direct the Lessor to initiate tax appeals if certain occupancy thresholds are met. This lease is set to commence upon execution, with a firm term of multiple years and potential renewal options.
    The Request for Lease Proposals (RLP) seeks a modern office space of 4644-4876 rentable square feet for a Veteran Center in Marietta, Georgia. Potential lessors must submit their offers online by the specified due date. The lease term is for an initial 5 years, with two 15-year options to extend. The space must adhere to specific requirements regarding location, parking accessibility, and security measures. Offerors are expected to provide a complete offer using provided forms, detailing pricing, improvements, and additional costs. The government will evaluate offers based on price and compliance with RLP terms. If an offer is successful, the lessor will undertake tenant improvements as designed by the government. This RLP also outlines detailed instructions for offer submission, including required documentation and deadlines. Notably, the space must comply with seismic safety standards, and offerors must submit evidence of their buildings' compliance or plans to retrofit. Additionally, the RLP mandates compliance with environmental and historic preservation laws, requiring offerors to conduct due diligence and provide necessary documentation.
    The file details a comprehensive cost summary and analysis for a government tenant improvement project. It encompasses a broad range of construction and improvement costs, broken down into divisions based on CSI Masterformat categories. The document outlines both tenant improvement and shell costs, distinguishing between them. The improvement costs cover areas like finishes, specialties, equipment, and system installations, while the shell costs encompass structural elements and site work. Numerous cost categories are detailed, with particular attention to labor and materials. The analysis also includes a breakdown of potential cost impacts, considering factors like structural upgrades, plumbing, and security. Additionally, the file contains a worksheet for inputting project-specific information. Notably, the estimated costs for each division are precisely itemized and quantified, yet the actual monetary figures are absent, likely due to the document's draft nature.
    The file contains a User Agreement outlining the rules and expectations for contractors regarding their access to Department of Veterans Affairs (VA) information systems and resources. It serves as a comprehensive guide, ensuring contractors understand their responsibilities and the security protocols they must follow. The agreement emphasizes the lack of privacy expectations when accessing VA systems and the potential consequences of unauthorized actions. Contractors must comply with VA directives, report security incidents, and adhere to rules governing account management, system access, data protection, and approved software usage. Additionally, it mandates contractor adherence to VA's information dissemination policies and prohibits unauthorized remote access. The document also clarifies that security responsibilities cannot be subcontracted and includes an acknowledgement section for contractors to agree to the terms. Overall, the file encapsulates the VA's commitment to securing its information assets and maintaining integrity within its contracting workforce.
    The file details a wage determination for construction projects in Cobb County, Georgia, excluding single-family homes and apartments up to four stories. It establishes prevailing wage rates for various construction classifications, effective from January 2024. These rates, ranging from $10.00 to $34.68 per hour, are divided into union rates, survey rates, and union average rates, with corresponding identifiers. The document also outlines minimum wage requirements under Executive Orders 14026 and 13658, adjusted annually, related to federal contracts and worker protections. Additionally, it provides an appeals process for challenges, beginning with initial contact and potentially leading to review by the Administrative Review Board.
    Lifecycle
    Similar Opportunities
    Augusta Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 4,448 Net Usable Square Feet (NUSF) of Class A office or medical space for the Augusta Vet Center in Augusta, Georgia. The leased space must accommodate the Charlie Norwood VA Medical Center and include essential amenities such as janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and all utility costs included in the rent. This procurement is critical for providing accessible and secure facilities for veterans, ensuring compliance with ADA standards and safety regulations. Interested parties must submit their proposals by September 24, 2024, and can contact Kalisha Baisden at kalisha.baisden@va.gov or 803-221-1806 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.
    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.
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    X1DZ--Lease Relocation Northeast Philadelphia (Olney) Vet Center 219 (VA-25-00000072)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for the lease relocation of the Northeast Philadelphia (Olney) Vet Center, seeking approximately 3,993 ANSI/BOMA Square Feet of suitable real property space. The ideal location must be contiguous, outside the 100-year flood plain, and preferably on the first floor, with specific requirements for dedicated parking, accessibility, and proximity to public transportation. This opportunity is crucial for establishing a facility that meets the needs of veterans, and interested parties are encouraged to submit expressions of interest, including detailed information about available space and business qualifications, to the Lease Contracting Officer, Joel Garceau, at Joel.Garceau@va.gov by the specified deadline. The government will not incur any costs associated with this notice, and there is no solicitation at this time.
    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.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. The lease term is set for an initial five years, with two optional 15-year extensions, and proposals must be submitted by September 4, 2024. Interested parties can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further details.
    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.
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) square feet of medical space for a new Vet Center in Temecula, California. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed, modernized, or rehabilitated for its intended use. This initiative aims to enhance readjustment counseling services for veterans and their families, ensuring a safe and accessible environment for community interaction. Interested offerors must submit their proposals by September 30, 2024, and can contact Contract Specialist Juan Razo or Christy Snider for further details.
    X1DB--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.