New Campbell County CBOC
ID: 36C24924R0042-AType: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking to lease approximately 5,000 ANSI/BOMA office area (ABOA) to 6,750 rentable square feet of contiguous space in La Follette, Tennessee, for a Community Based Outpatient Clinic (CBOC). The leased space must include a minimum of 25 on-site parking spaces, comply with local building and fire codes, and meet accessibility requirements, with a preference for first-floor locations in a Class A building. This initiative is crucial for providing outpatient care to veterans in the local area, ensuring that the facility is equipped with necessary personnel, furnishings, and equipment. Proposals are due by 3:00 PM on December 2, 2024, and interested parties should contact Martin Frazier at martin.frazier@va.gov or 615-225-6960 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents Lease No. 36C24924L0005 between the Department of Veterans Affairs and a Lessor for leasing office space. The agreement outlines essential lease terms including a 10-year duration with a 5-year firm period, initial and ongoing adjustments to rent based on square footage, and termination rights allowing the government to end the lease with prior notice after the firm term. The premises will encompass 6,750 rentable square feet with appurtenant rights including parking and telecommunications facilities. Key provisions also address construction standards, alterations requested by the government, and requirements for quality, safety, and energy efficiency in building practices. The lease requires compliance with numerous regulations and detailed responsibilities for the construction and maintenance of the leased space. Additionally, it incorporates several clauses that inform on the processes for financial and operational deliverables post-award. This lease underscores the government's emphasis on maintaining operational flexibility, adherence to safety standards, and environmental considerations in managing federal property. Overall, the document serves as a comprehensive framework governing the responsibilities and expectations between the government and the Lessor for the duration of the lease.
    The VA Request for Lease Proposals (RLP) No. 36C24924R0042 seeks offers for approximately 5,000 to 6,750 Rentable Square Feet (RSF) of contiguous office space in La Follette, TN. The lease term will be for a total of 10 years, with a 5-year firm term and termination rights thereafter. Proposals are due by 3:00 PM on December 2, 2024, and must comply with specific requirements outlined in the RLP, including safety, environmental, and accessibility standards. Key considerations include a modern building design, parking spaces, compliance with seismic safety standards, and security requirements based on federal guidelines. Offerors must also adhere to energy efficiency criteria established by the Energy Independence and Security Act. The document details the evaluation process for proposals, emphasizing technical quality, site quality, and past performance, alongside a pricing framework. Additionally, the RLP provides guidance on necessary documentation, including lease templates and environmental assessments, emphasizing the importance of no asbestos-containing materials and compliance with environmental laws. Compliance with historic preservation practices and local zoning requirements are also crucial for submitted proposals. This RLP underscores the VA's commitment to securing appropriate facilities for its operations while ensuring safety, sustainability, and accessibility.
    The document outlines the requirements for conducting a fire protection and life safety evaluation for office buildings under federal and local regulations. It delineates two distinct parts: Part A, to be completed by the Offeror for spaces below the 6th floor, and Part B, necessitating completion by a licensed professional engineer for spaces on or above the 6th floor. Key requirements include compliance with local building and fire codes, evaluation of fire alarm systems, emergency lighting, and exit pathways. Part A contains specific questions related to the building's layout, fire safety systems, occupancy types, and exit signs, while Part B requires a comprehensive narrative assessment addressing potential deficiencies, occupancy classifications, means of egress, and building construction specifics. The document emphasizes stringent adherence to safety codes and mandates documentation of any deficiencies alongside corrective measures. This summary delineates the critical framework for evaluating fire safety in office buildings, emphasizing compliance standards necessary for federal space offers, underscoring the government's commitment to ensuring safety in occupied facilities.
    The GSA Template 3516 outlines the solicitation provisions related to the acquisition of leasehold interests in real property. It provides detailed instructions to offerors, emphasizing the importance of timely submission and acknowledgement of amendments. Key definitions include proposal modifications, discussions, and the method of calculating time. The document specifies submission protocols, including late proposals conditions and the requirement for proposals to comply with solicitation terms unless deviations are explicitly noted. It also highlights the need for contractors to be preevaluated for equal opportunity compliance if contracts exceed $10 million, and establishes signatures and documentation required for various types of lessor entities. Furthermore, it mandates registered participation in the System for Award Management (SAM) prior to award and includes provisions for federal compliance with supply chain security regulations. Overall, the document serves to guide potential offerors through the proposal process, ensuring compliance with federal regulations and enhancing transparency and fairness in government contracting. This structured approach aims to simplify the procurement process while adhering to legal and regulatory frameworks.
    The document outlines the security requirements for facilities classified as Facility Security Level II (FSL II) in relation to leases with the Department of Veterans Affairs (VA). It specifies essential security measures, including the identification of critical and sensitive areas, physical access controls, vehicle barriers, blast resistance protocols, and surveillance systems. Key directives involve signage for federal identity, landscaping to minimize concealment, and stringent controls on parking and vehicle access. Moreover, it mandates the installation of intrusion detection systems (IDS), video surveillance systems (VSS), and emergency response procedures. The Lessor must collaborate with the VA for a post-award risk assessment to determine and implement customized security measures. In essence, the document underscores the VA’s commitment to ensuring a secure environment for its operations, occupants, and visitors, aligning with federal regulations and best practice standards in facility security management.
    The document outlines general clauses pertinent to the acquisition of leasehold interests in real property for government contracts, specifically under RLP NO. 36C24924R0042. It includes definitions, provisions regarding subletting and assignment, successors bound, and compliance with applicable laws. Key clauses address the rights and obligations of the lessor and the government, including maintenance responsibilities, default conditions, payment processes, and requirements for contractor conduct. The clauses emphasize regulatory compliance, the government’s rights to inspect properties, the procedures for alterations, and payment adjustments based on square footage measurements. Furthermore, specific regulations related to cybersecurity and anti-kickback procedures are incorporated, reflecting diligent governance in contracting practices. This structured approach ensures compliance with federal standards while facilitating effective property management and accountability in contractual relationships within the government framework.
    The Campbell County Community Based Outpatient Clinic (CBOC) Lease Request Proposal outlines critical specifications and requirements for the Department of Veterans Affairs' Mountain Home VA Healthcare System. The document details a comprehensive room schedule, highlighting the functional areas and their specifications including flooring, wall finishes, and dimensions. Specific construction and design standards are emphasized in sections addressing both general and agency-specific requirements, particularly in security and information technology. Key areas of focus include room layouts, utility arrangements, and compliance with the VA's TIL guidelines. Security measures dictate the use of barriers, alarm systems, and access controls to protect the facility. Guidelines for IT infrastructure emphasize the need for a dedicated communications room with stringent security and environmental controls, ensuring operational efficiency. The document serves as a framework for contractors to meet VA standards while developing the CBOC facilities, thereby ensuring both patient care quality and regulatory compliance. It is indicative of the government’s commitment to enhancing healthcare services for veterans through structured and regulated facility improvements.
    The document outlines the procedures and requirements for federal agencies when collecting information from architect-engineer (A-E) firms under RLP No. 36C24924R0042. The primary purpose is to evaluate professional qualifications for A-E contracts, guided by the Selection of Architects and Engineers statute. Agencies must publicly announce their needs and choose a minimum of three qualified firms for negotiations, emphasized by a structured form known as Standard Form 330. The form consists of two main parts: Part I focuses on contract-specific qualifications and involves detailing project information, team composition, key personnel resumes, and example projects. Part II captures general qualifications of the firm, such as business structure, employee disciplines, and financial experience over the past five years. Agencies may specify additional criteria, and firms are encouraged to keep submitted information updated. Overall, this document serves as a comprehensive framework for ensuring that federal contracts for architect-engineer services are awarded based on demonstrated competence and relevant experience, adhering to federal regulations and promoting transparency in the procurement process.
    The document outlines the requirements for a representation regarding telecommunications and video surveillance services or equipment as part of federal contract solicitations. It emphasizes the prohibition against purchasing covered telecommunications equipment or services, as mandated by the John S. McCain National Defense Authorization Act of 2019. Offerors must confirm whether they provide or utilize such equipment or services when responding to a solicitation. Key points include the definitions of terms relevant to the provisions, the specific prohibitions against using covered equipment and services, and the required disclosures depending on the Offeror's responses. The document highlights that any procurement cannot involve vendors providing substantial or essential components that fall under the prohibited categories unless exceptions apply. Furthermore, Offerors are instructed to check the System for Award Management (SAM) for any excluded entities before submission. The representation, disclosures, and procedures outlined are crucial for maintaining compliance with federal regulations and ensuring that contracts do not inadvertently facilitate security risks related to telecommunications infrastructure.
    The document in question outlines the Request for Lease Proposals (RLP) number 36C24924R0042 issued by the federal government for leasing a building. It details various financial aspects such as architectural/engineering fees, project management fees, shell rent, operating costs, and potential allowances for tenant improvements. Key sections include building information, rental terms, and requirements for parking, safety, and accessibility standards. The RLP stipulates the necessary parameters for potential lessors, including the rentable square footage, lease duration, notice requirements, and any deviations from the standards that may be requested. The document also covers the offeror's obligations, such as providing relevant ownership information and compliance with environmental and safety regulations. This RLP serves as a guideline for entities interested in submitting proposals for government leasing, ensuring transparent and compliant processes. It emphasizes the government’s requirement for long-term commitments and standards for property suitability while providing a structured framework for evaluating potential offers.
    This document provides guidance for offerors regarding seismic compliance forms related to federal leasing proposals. It outlines pre-award submittals (Forms A-D) that require completion by the Offeror or their engineer to confirm compliance with RP 8 standards. Form A pertains to benchmark buildings, while Form B covers existing structures, where an engineer must evaluate seismic safety. Form C involves commitments for retrofitting or new construction, specifying design codes. Form D allows for exemptions based on size and seismicity. Post-award forms (E and F) focus on certifying compliance for retrofitted or newly constructed buildings. Key provisions include the requirement of an engineer's certification, the necessity for proper documentation and adherence to established seismic engineering standards (ASCE/SEI 31 and 41), and the specifications for the characteristics of the buildings. The document emphasizes the importance of life-safety performance levels in the evaluation process. The overall aim is to ensure that leased federal buildings meet seismic safety standards to protect occupants and assets in seismic regions.
    This government document pertains to a project for the Campbell Community-Based Outpatient Clinic (CBOC) under the Veterans Affairs agency, located in LaFollette, TN. The relevant tenant improvement area totals 5,000 square feet, with a calculated RSF (Rentable Square Feet) of 6,750. The document outlines a structured proposal that includes various divisions for construction work, such as general requirements, concrete, masonry, metals, and HVAC, among others. Each division is listed without specified costs, indicating that cost estimations are yet to be established or are to be finalized in subsequent stages. A notable section stresses that all subcontractor costs must be included within the overall project expenses. The layout depicts a clear structure aimed at ensuring comprehensive coverage of all necessary construction and improvement phases, emphasizing tenant improvements to provide a warm lit shell as detailed in the lease specifications. Overall, the document serves as part of an RFP process, aiming to align contractor bids with governmental standards for renovation and improvements at the respective facility, ensuring that the Veterans Affairs objectives for health service facilities are met efficiently and effectively.
    The document outlines the wage determination for construction projects in Campbell and Grainger Counties, Tennessee, under the Davis-Bacon Act. It specifies minimum wage rates for various construction classifications effective for contracts awarded or renewed after specified dates, emphasizing compliance with Executive Orders 14026 and 13658. Key rates include: $17.20 per hour as the minimum wage for certain contracts in 2024, alongside various occupational wage rates such as $35.27 for Asbestos Workers and $32.96 for Electricians. The document details the classifications for labor, including union and survey rates, and highlights the need for conformance requests for any additional classifications not listed. It also notes protections and benefits mandated under Executive Order 13706, requiring paid sick leave for federal contractors. The aim is to ensure fair wages and worker protections in federally funded construction projects. The structured guidance provides crucial insights for contractors and stakeholders on compliance and wage requirements in the construction industry within the defined counties.
    The document outlines the Request for Lease Proposal #36C24924R0042, specifically the Lessor's Annual Cost Statement (Form 1217), required for federal leasing agreements. It details the necessary components to highlight the estimated annual costs of services and utilities provided by the Lessor as part of the rental agreement. Key sections include a breakdown of costs related to cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services. Additionally, it includes a section for estimating the annual costs related to ownership excluding capital charges, such as real estate taxes, insurance, maintenance, lease commissions, and administrative expenses. The structure is divided into two main sections: one for costs associated with services and utilities, and another for ownership costs, emphasizing the need for transparency and accurate costing in federal leases. The completion of the form requires the Lessor's certification, affirming that the presented costs are best estimates. This document is integral to the fair market value determination of rental space, ensuring that government leasing follows policy guidelines and reflects prevailing market conditions.
    The Past Performance Questionnaire is issued by the NCO 9 Network Contracting Activity to evaluate proposals for leased space for a Campbell County Community-Based Outpatient Clinic (CBOC) in LaFollette, Tennessee. The questionnaire, divided into two sections, requires the Offeror to provide information about their previous contracts and performance, while designated assessors must rate the contractor on various criteria such as quality of service, schedule adherence, and business relations. Assessors must submit their evaluations by November 29, 2024, detailing any ratings assigned based on the contractor's past performance. The questionnaire emphasizes the importance of accurate, timely feedback to inform the selection process and encourages assessors to convey their assessments without consulting the Offeror. This document underscores the government's process for contractor evaluation in the context of federal solicitations and reinforces the crucial role of past performance data in award decisions.
    The Department of Veterans Affairs (VA) has established a Small Business Subcontracting Plan outline to aid contractors in fulfilling the required subcontracting plan mandated under the Federal Acquisition Regulation (FAR). The guidance serves as a model rather than a strict minimum requirement and outlines subcontracting goals for various categories of small businesses for the fiscal years 2015-2016, including 35% for small businesses and specific percentages for disadvantaged and veteran-owned entities. The plan delineates requirements for individual, master, and commercial plans, emphasizing the need for clear goals expressed in both dollar amounts and percentages of total subcontracting dollars. Contractors must detail the types of products and services to be subcontracted while ensuring equitable opportunities for small businesses during procurement processes. Additionally, the plan mandates the inclusion of specific clauses in subcontracts, reporting responsibilities, and recordkeeping measures to track compliance. The Small Business Liaison Officer will administer the plan, ensuring outreach efforts and maintaining bidder lists to support small business participation in contract opportunities. This comprehensive plan emphasizes the VA's commitment to fostering small business engagement in federal contracting.
    Lifecycle
    Title
    Type
    New Campbell County CBOC
    Currently viewing
    Solicitation
    Similar Opportunities
    X1DB--New Lease Relocation Carmel CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified lessors to provide a new lease for a Community Based Outpatient Clinic (CBOC) in Carmel, NY, encompassing approximately 6,500 usable square feet. The selected space must be ADA compliant, located on no more than one floor (ground floor preferred), and adhere to VA Life Safety codes, with the Lessor responsible for the design and build-out of the facility to meet specific requirements outlined by the VA. This procurement is crucial for enhancing healthcare access for veterans in the region, and the VA is looking for a 10-year modified gross lease arrangement that includes maintenance, utilities, and taxes, while the VA will manage its own janitorial services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit expressions of interest by January 29, 2026, including relevant company information and evidence of compliance with NAICS code 531120. For further inquiries, contact Charles Bergeman at charles.bergeman@va.gov or call 585-393-8395.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@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.
    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.
    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.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    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.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.
    Q201--NEW Savannah CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract aims to provide primary and mental health care services to veterans, with a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement that includes a one-year base period and nine option periods, totaling an estimated award amount of $25.5 million. The contractor is required to adhere to specific VA performance and quality standards, including staffing requirements for a Patient Aligned Care Team (PACT) and compliance with various reporting and operational guidelines. Interested parties must submit their proposals by January 7, 2026, and direct any inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov.