The Department of Veterans Affairs is issuing a Sources Sought Notice (36C24925R0074) to gather information for leasing approximately 7,500 ANSI/BOMA (10,125 RSF) of clinical space for a new Community Based Outpatient Clinic in Maryville, TN. This is not a solicitation, but a request for information. The desired space must be a quality building with at least 60 on-site parking spaces and bicycle parking. It must comply with current building, seismic, and ADA codes, and allow for antenna installation on the roof. Properties must be within a delineated area of Blount County, specifically bounded by US 321/US 411, Old Niles Ferry Rd., Fairview Dr., and State Route 335. The lease term is 10 years, fully serviced. Interested parties must email expressions of interest to Scheronica Cochran by October 10, 2025, 3:00 PM Central Time, including building details, ownership information, parking availability, DUNS/UEI, contact information, and business size per NAICS 531120. SDVOSB and VOSB firms must be registered with VA's VIP site. The government will not pay broker fees and is limited to fair rental value.
The Department of Veterans Affairs (VA) seeks proposals to lease a minimum of 7,500 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The VA requires a fully serviced, turnkey lease for up to 10 years, covering all Lessor costs including shell upgrades, operating costs, real estate taxes, and security upgrades. The selected Lessor will be responsible for designing and building Tenant Improvements. The property, which can be an existing building or land for new construction, must be located within a delineated area of Blount County, TN, and meet all federal, state, and local building codes. Offers are due by December 19, 2025, with questions to be submitted via email by December 2, 2025.
This government lease document, Exhibit A 36C24925R0074 / LEASE NO. 36C24926L0006, outlines the terms and conditions for leasing property to the Department of Veterans Affairs (VA). It details the agreement between the Lessor and the Government, including lease term specifics (10 years, with 5 firm and 5 non-firm), rent structure, and termination rights. Key sections cover premises description, appurtenant rights (e.g., parking, antennas), and various financial considerations like shell rent, operating costs, and tenant improvement (TI) adjustments. The document also incorporates extensive construction standards and shell components, addressing labor, waste management, material quality, and energy efficiency. General terms, conditions, and ongoing obligations during the lease term, such as utilities, maintenance, and security requirements, are thoroughly defined. The lease also includes clauses for change of ownership and compliance with federal regulations like the Energy Independence and Security Act (EISA).
The Department of Veterans Affairs is seeking lease proposals for the Maryville Community Based Outpatient Clinic (CBOC). This Request for Proposal (RFP) outlines specific requirements for the facility, including a detailed room schedule with functional areas, finishes, and sizes. It also specifies design schematics, adjacency diagrams, and additional construction details. Key requirements include comprehensive security measures, such as barriers, alarms, and a Physical Access Control (PACs) system, as well as detailed information technology infrastructure, including a dedicated IT communications room with specific power, UPS, racking, HVAC, and cabling standards. Additionally, the proposal calls for a mobile CT truck pad with dedicated power and data connections, along with guest Wi-Fi and cable TV in designated areas. The document emphasizes adherence to VA TIL Guidelines and other referenced standards.
This government file outlines comprehensive security requirements for Facility Security Level II, detailing Lessor obligations and Government rights in federal facilities. Key areas include securing entrances, common areas, and critical infrastructure like utility rooms and roofs with high-security locks. The document mandates a Design-Basis Threat (DBT) assessment to determine and implement appropriate security countermeasures, priced as tenant improvements. Exterior requirements cover landscaping, HAZMAT storage, and proper placement of receptacles to minimize concealment risks. Security systems, including Video Surveillance (VSS), Intrusion Detection (IDS), and Duress Alarms, must be designed, installed, and maintained by the Lessor, with rigorous testing and maintenance protocols. Cybersecurity measures prohibit connecting building systems to federal IT networks, promote incident response, and recommend adherence to DHS ICS-CERT, NIST-CSF, and DHS Commercial Facilities Sector-Specific Plan guidelines for cyber protection, including strong encryption, access controls, and regular vulnerability patching.
This government file, Exhibit D - 36C24925R0074, outlines the solicitation provisions for the acquisition of leasehold interests in real property. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions. The document specifies how amendments are handled and the requirements for marking proprietary data. It also covers the lease award process, emphasizing best value, the government's right to reject proposals, and disclosure of information in post-award debriefings. Further provisions address the proper execution of lease documents by various entity types (individuals, partnerships, corporations, joint ventures), service of protest procedures, and guidelines for facsimile proposals. A significant portion is dedicated to the System for Award Management (SAM) registration requirements, including unique entity identifiers and Electronic Funds Transfer (EFT) indicators, highlighting its necessity for award and ongoing contract performance. Finally, it incorporates the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, mandating offerors to represent and disclose any prohibited covered articles or sources, allowing the government to consider waivers.
Exhibit E - 36C24925R0074 outlines general clauses for acquiring leasehold interests in real property by the Government. It covers 56 clauses across various categories, including general provisions, performance requirements, payment terms, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, cybersecurity, and other miscellaneous items. Key aspects include definitions, subletting and assignment, successors bound, subordination, non-disturbance and attornment, statement of lease, substitution of tenant agency, no waiver, integrated agreement, mutuality of obligation, and detailed procedures for default by the Lessor. It also addresses inspection rights, delivery and condition of premises, progressive occupancy, maintenance, fire and casualty damage, compliance with applicable law, alterations, acceptance of space, and certificate of occupancy. Payment clauses cover prompt payment, assignment of claims, and electronic funds transfer. Cybersecurity provisions include safeguarding information systems and prohibitions on certain hardware, software, and telecommunications equipment from specific entities. The document emphasizes adherence to Federal Acquisition Regulation (FAR) and General Services Acquisition Manual (GSAR) standards, ensuring comprehensive legal and operational frameworks for government leases.
The GSA 1364 form, "Proposal to Lease Space," is a comprehensive document for responding to Request for Lease Proposals (RLP). It covers detailed financial aspects, including shell rent, operating costs, tenant improvement rent, and building-specific amortized capital (BSAC) rent. The form also addresses parking requirements, non-standard rent circumstances, and fee schedules. Offerors must disclose any free rent or space offers, renewal options, and commission distributions. The document requires extensive building and property information, such as construction details, HVAC operating hours, and compliance with fire protection, life safety, and accessibility standards. It also assesses the presence of asbestos-containing materials, flood plain status, seismic safety, and ENERGY STAR® labeling. Historical and HUBZone preferences are considered. The form concludes with owner identification, offeror certification, and an addendum for step rents, renewal options, and additional tax parcel information, emphasizing that no deviations from the RLP are allowed unless authorized by the Lease Contracting Officer.
The provided government file outlines detailed instructions for completing the GSA Form 1364 (REV. 1/2023), "PROPOSAL TO LEASE SPACE," which is used for federal government lease proposals. The document specifies how to fill out each section of the form, with particular emphasis on auto-calculating fields, sections that should not be altered, and specific references to the Request for Lease Proposal (RLP) document for critical information like amount and type of space, lease term, occupancy date, and parking requirements. Key instructions include leaving certain tenant improvement (TI) sections blank for turnkey projects, noting that commissions will not be paid by the government, and clarifying that operating costs will not be adjusted based on the CPI. The file also provides guidance on handling deviations, completing additional forms like Exhibit F.2., and notes that renewal options are not applicable.
Exhibit F.2., 36C24925R0074,
The LESSOR'S ANNUAL COST STATEMENT (Form GSA 1217) is a crucial document for federal government Request for Lease Proposals (RLP), used to detail the estimated annual costs for services, utilities, and ownership of a leased property. It ensures rental charges align with prevailing community rates. The form requires lessors to provide a comprehensive breakdown of expenses for both the entire building and the government-leased area, covering categories such as cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services like security and landscaping. Additionally, it mandates reporting ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. The document also provides detailed instructions for calculating rentable area and completing each section, emphasizing transparency and accuracy to facilitate the government's determination of fair market value. The Paperwork Reduction Act Statement notes the OMB control number 3090-0086 and an estimated 2-hour burden for completion, highlighting its regulatory compliance and importance in government leasing actions.
The document, Exhibit H - 36C24925R0074, outlines the GSA Form 12000 for Fire Protection and Life Safety Evaluation of office buildings, crucial for federal government RFPs. It details two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on or above the 6th floor, completed by a professional fire protection engineer. Both parts require adherence to fundamental code requirements, primarily the most recent building and fire codes and NFPA 101 Life Safety Code egress requirements. Part A focuses on general building information, fire sprinkler and alarm systems, exit signs, emergency lighting, and elevators, requiring yes/no/N/A answers and an Offeror's statement. Part B mandates a detailed narrative report from a licensed fire protection engineer, including a building walk-through and review of maintenance records, covering aspects like occupancy classifications, building construction, vertical openings, means of egress, fire suppression, fire alarm systems, and elevators. The engineer's report must identify deficiencies, code references, and recommended corrective actions. A
This document, "Security Unit Price List (FSL II)," is a component of a federal government Lease Request for Proposal (RFP) (Lease Number 36C24926L0006, Exhibit I - 36C24925R0074), outlining security countermeasures for a leased government facility. It requires lessors to provide unit prices for security features detailed in design and construction documents, excluding items "Priced in Shell," "Priced in Tenant Improvements," or "Government Provided." The document covers security standards for facility entrances, common areas, government interior spaces, building exteriors (signage, landscaping, parking), security systems (video surveillance, intrusion detection, duress alarms), structural elements (windows, building systems), and operations/administration (Facility Security Committee, access to information, construction security plan, cybersecurity). The purpose is to establish a clear, itemized cost structure for security enhancements to ensure compliance with federal security requirements for government-leased spaces.
The document, identified as "Exhibit K - 36C24925R0074," appears to be a section of a government solicitation or contract related to a wide range of services and supplies. It contains a mix of technical specifications, itemized lists, and general contractual language, indicating a comprehensive procurement effort. The file details various services and supplies, including medical equipment, administrative support, and potentially construction or maintenance work. It outlines specific requirements for different items, often referencing quantities and unit prices, and suggests a structured approach to procurement, likely involving multiple deliverables or phases. The fragmented nature of the text, with numerous alphanumeric codes and symbols, implies a highly detailed and standardized approach to cataloging or specifying contractual elements. The recurring "Exhibit K" suggests it is part of a larger Request for Proposal (RFP) or contract, providing granular details for specific line items or tasks.
The "PAST PERFORMANCE QUESTIONNAIRE" (Exhibit M 36C24925R0074) is a critical document for evaluating proposals related to a solicitation for leased space for a Community Based Outpatient Clinic (Maryville CBOC) by the NCO 9 Network Contracting Activity. This questionnaire is divided into two main sections: Section A, completed by the Offeror, identifies the contractor and authorizes the release of past performance information. Section B, completed by assessor(s), provides a detailed evaluation of the contractor's past performance across quality of service, schedule adherence, and business relations, using a defined rating scale (Exceptional, Satisfactory, Marginal, Unsatisfactory, Neutral). Assessors are required to provide rationales for any unsatisfactory or marginal ratings and submit the completed questionnaire electronically by December 1, 2025, 3:00 PM CST, directly to Scheronica.Cochran@va.gov, not to the Offeror.
The VA's Small Business Subcontracting Plan Outline Model (Exhibit N 36C24925R0074) guides contractors in fulfilling subcontracting requirements for federal RFPs, specifically for real estate. It details the structure and content for individual, master, or commercial subcontracting plans, emphasizing the need for specific dollar and percentage goals for various small business categories (SB, SDB, WOSB, HUBZ, VOSB, SDVO). The document outlines requirements for describing subcontracted products/services, methods for goal development and source identification, inclusion of indirect costs, and the duties of a Program Administrator. It also stresses ensuring equitable opportunities for small businesses, implementing flow-down clauses for subcontracts, and adhering to reporting and recordkeeping protocols, including the use of the Electronic Subcontracting Reporting System (eSRS). The overall purpose is to promote and track subcontracting with diverse small business concerns, aligning with FAR Subpart 19.7 and FAR 52.219-9.
Exhibit O 36C24925R0074 outlines federal regulations prohibiting government agencies from procuring or using telecommunications and video surveillance equipment or services from certain entities, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The document, titled "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," requires offerors (property owners) to disclose whether they provide or use such covered equipment or services. Offerors must review the System for Award Management (SAM) for excluded parties. If an offeror indicates they "will" provide or "does" use covered equipment or services, they must provide detailed disclosures, including information about the producing entity, equipment/service description, and an explanation of its proposed use to determine permissibility under the prohibition. The form includes sections for the offeror's representation and disclosure, emphasizing compliance with federal contracting restrictions on specific telecommunications and video surveillance technologies.
The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C24925R0074 for a fully serviced, turnkey lease in Maryville, TN. The VA is seeking 7,500 to 7,874 ABOA square feet of contiguous space for a 10-year term with a 5-year firm period, and requires 60 surface parking spaces. Proposals are due by December 19, 2025, at 3:00 PM Central Time, with email being the preferred submission method. The RLP outlines detailed requirements for the building shell, tenant improvements, security, accessibility, seismic safety, energy efficiency (requiring an ENERGY STAR label or plan for improvements), environmental considerations, and historic preservation. Offerors must provide comprehensive pricing, financial commitments, proof of ownership or control, zoning compliance, and various technical submittals including floor plans and fire protection information. The award will be based on proposals conforming to RLP requirements and selected in accordance with the Method of Award, aiming for an operating lease under OMB Circular A-11.