X1DB--New Replacement Frank Tejeda OPC
ID: 36C24W24R0035Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the lease of a new Community-Based Outpatient Clinic (CBOC) facility in San Antonio, Texas, under Request for Lease Proposal No. 36C24W24R0035. The procurement aims to secure between 18,085 to 21,276 ANSI/BOMA square feet of contiguous space, with specific requirements for safety, accessibility, and environmental compliance, including adherence to NFPA and Joint Commission standards. This facility is crucial for enhancing healthcare services for veterans, reflecting the VA's commitment to patient-centered care and operational efficiency. Proposals are due by September 10, 2024, and interested parties should contact Harold Robbins at Harold.Robbins2@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is seeking expressions of interest for leasing approximately 21,276 ABOA square feet for a Community Based Outpatient Clinic in San Antonio, Texas, with a potential maximum of 23,936 RSF. Interested parties must submit their proposals by March 6, 2024, and provide detailed information on property suitability, including zoning and compliance with various criteria. This notice serves for market research purposes and is not a request for proposals; interested parties should refer to specific requirements and guidelines outlined in the notice.
    This document outlines a lease agreement between a lessor and the United States Government, specifically the Department of Veterans Affairs (VA), for commercial space use. The lease is set for a term of 20 years, with a 15-year firm period, entailing specific rental rates and terms for tenant improvements. The lessor agrees to various obligations, including providing specified premises with associated appurtenant rights such as parking and telecommunications access. Key financial components include an annual rent structure based on shell rent, operating costs, and parking fees, with provisions for rent adjustments related to occupancy and operating costs. The document establishes terms for alterations, renewal rights, and responsibilities in the event of property ownership changes. It also includes stipulations regarding real estate tax adjustments based on occupancy percentage and establishes protocols for payment of broker fees connected to the lease acquisition. The lease emphasizes compliance with health, safety, and regulatory standards, prioritizing the Government’s interests throughout the agreement. This leasing framework reflects a systematic approach aimed at securing functional spaces for the VA, reinforcing its commitment to ensuring that VA representatives can serve the needs of veterans effectively while managing costs and maintaining regulatory compliance.
    The FTOPC Replacement project at the San Antonio VA Medical Center aims to enhance outpatient services through the redesign of its facilities, reflecting a commitment to patient-aligned care. As of February 29, 2024, the project outlines specifications for various functional areas, including a lobby/reception area, patient examination rooms, and specialty care zones, totaling 18,831 gross square feet. The layout includes rooms for women’s health, telehealth services, and a compensation & pension department, ensuring comprehensive care. Key components feature lactation, training, waiting, and examination rooms, alongside vital utilities such as toilets and storage areas. The report emphasizes the importance of modernizing healthcare resources to meet patient needs, particularly under the Patient Aligned Care Team (PACT) model. The overall plan integrates spaces for imaging services, including MRI facilities, aimed at improving diagnostic capabilities. This document underscores the VA's focus on facility improvements to provide accessible, high-quality healthcare within the community, reinforcing its strategic objectives for better patient outcomes, efficiency, and clinical support systems. As part of governmental processes, this update aligns with federal grant procedures and local funding initiatives for healthcare infrastructure development.
    The VA Leased Community Based Outpatient Clinic (CBOC) Design Narrative outlines the standards, codes, and guidelines for the construction of VA leased outpatient facilities. It emphasizes a patient-centered care model and establishes performance-based requirements encompassing design, construction, and ongoing maintenance. Key sections include general requirements regarding compliance with national and local regulations, planning criteria focused on patient care delivery, and a technical narrative that details design specifications covering site layout, mechanical systems, plumbing, and electrical needs. Additional sections address architectural criteria, emphasizing accessibility, thermal comfort, and space configurations necessary for various medical services. The document also mandates adherence to specific standards such as NFPA, ASHRAE, and FGI, critical for patient safety and operational efficiency. This comprehensive narrative serves as a crucial framework for contractors and architects involved in the procurement process for developing CBOCs, ensuring the facilities meet the highest standards for healthcare delivery and patient comfort while aligning with federal requirements. Overall, it reflects the VA's commitment to enhancing healthcare services for veterans through meticulously designed outpatient facilities.
    The document outlines the specific requirements for janitorial and site management services at a Community Based Outpatient Clinic (CBOC) under RLP 36C24W24R0035. It details the responsibilities of the lessor, including providing all necessary cleaning supplies, materials, and labor to maintain both interior and exterior areas in a clean and sanitary condition. The lessor is required to use environmentally friendly and compliant cleaning products, with protocols for inspections and training for janitorial staff. Cleaning schedules are established, specifying daily tasks such as mopping, disinfecting surfaces, and maintaining restroom cleanliness, while ensuring that patient care is not disrupted. Monthly, quarterly, and annual cleaning tasks, such as floor maintenance and deep cleaning, are also outlined. Additionally, the document emphasizes the importance of safety, security, and compliance with federal, state, and local regulations, including management of hazardous materials. The overall purpose of the document is to ensure a high standard of cleanliness and safety in the CBOC environment, reflecting the VA's commitment to providing a safe healthcare facility for veterans and their families.
    The document outlines the Operations and Maintenance (O&M) requirements for a government lease (RLP 36C24W24R0035) aimed at ensuring proper upkeep of a facility leased by the VA. It mandates that the Lessor maintain the premises in good condition throughout the lease term, supported by a designated representative for prompt corrections of deficiencies. The O&M plan must detail the organization of maintenance personnel, scheduled maintenance tasks, and quality control considerations. Specific maintenance responsibilities are categorized into exterior and interior upkeep, including landscaping, HVAC systems, pest management, and janitorial services. Frequencies for tasks range from weekly to annually, ensuring comprehensive care. Protocols for emergency and routine service calls are defined, requiring immediate responses to emergencies and timely completion of routine requests. Overall, the guidelines emphasize maintaining high environmental standards and responsiveness to the Government's needs, reflecting the importance of professionalism and quality in managing VA facilities.
    The document outlines specific safety, fire protection, and environmental management requirements for lessors involved in federally leased community-based outpatient clinics. Key areas include the necessity for a current occupancy permit, maintenance of essential building systems, and adherence to the most stringent fire safety codes, including NFPA guidelines and Joint Commission standards. Lessors must regularly inspect systems such as fire alarms, fire suppression equipment, and emergency power systems while submitting documentation for compliance. The government retains the right to conduct inspections and assessments, ensuring all building operations meet regulatory standards without safety or health hazards. Prompt corrective actions are mandated for any detected violations. Environmental requirements emphasize maintaining a safe indoor environment, managing water entries to prevent mold and damage, and operating special equipment to handle toxic emissions in compliance with OSHA and EPA regulations. Overall, the document underscores the stringent standards that lessors must meet to ensure safety and regulatory compliance in VA leased spaces.
    The Lessor Performance Scorecard outlines the performance expectations for lessors managing properties related to Community Based Outpatient Clinics. It establishes key performance indicators (KPIs) for various tasks, including the completion of work orders stemming from Environmental Operation Center (EOC) findings, routine work order calls, housekeeping tasks, preventative maintenance, staff complaint management, and compliance with The Joint Commission (TJC) inspections. The performance thresholds vary, with specific targets set for each category—e.g., 100% for closing EOC-related work orders within 14 days and 85% for routine calls addressed within five days. Additionally, it mandates quarterly monitoring, with penalties for underperformance, including the submission of a performance improvement plan. Stock levels for essential supplies and adequate staff response times are also monitored closely to ensure operational efficiency. The document serves as a performance management tool to ensure lessors meet healthcare service standards, reinforcing the commitment to quality and accountability in public sector property management.
    The purpose of the document is to outline the specific requirements for the lease of a new Community Based Outpatient Clinic (CBOC) facility, primarily focusing on design and operational standards to be adherent to the Veterans Affairs (VA) protocols. The facility is required to provide a maximum usable area of 21,276 square feet and a parking capacity of 120 spaces. Key design mandates emphasize accessibility, flexibility in patient care spaces, and compliance with various codes including fire safety, architectural accessibility, mechanical, plumbing, and energy standards. The lessor is responsible for all facility maintenance including HVAC systems, janitorial services, pest control, and utilities. Notably, numerous operational specifications include the installation of fire alarm systems, security alarms, and emergency lighting, along with ensuring all areas are ADA compliant. Furthermore, the facility must feature soundproofing measures to maintain patient confidentiality, meet stringent cleanliness standards, and allow for adequate emergency access. In summary, this document serves as a comprehensive guide for potential lessors regarding the design, maintenance responsibilities, and compliance requirements for leasing a VA outpatient clinic, reflecting the VA’s commitment to enhancing patient care environments.
    The document outlines the security requirements for a Federal Facility with Facility Security Level II. It includes a comprehensive set of criteria that landlords (Lessors) must adhere to, encompassing physical security measures, site, structure, interior, and security system protocols to protect sensitive areas and ensure compliance with the Design-Basis Threat (DBT). Key components involve establishing clear signage for Federal facilities, limiting areas of concealment through landscaping, implementing robust vehicle barriers, controlling access points, and ensuring adequate lighting and surveillance. Specific requirements also address blast resistance for windows and structural integrity, monitoring access to restricted areas, and maintaining a secure HVAC system. Furthermore, there are stringent guidelines for intrusion detection systems, duress alarms, and cybersecurity measures addressing potential vulnerabilities in building access control systems. Lessor responsibilities include regular maintenance and testing of security installations and developing a Facility Security Plan in coordination with the Department of Veterans Affairs (VA). Overall, the document serves as a guide for maintaining a secure environment within government facilities, prioritizing safety for personnel, visitors, and sensitive information.
    The GSA Template 3516 outlines the provisions for the acquisition of leasehold interests in real property. It provides detailed instructions for offerors regarding proposal submissions, modifications, and revisions, emphasizing the importance of compliance with specified submission formats and deadlines. Key sections include the definitions of terms like "Discussions," "Proposal modification," and "Time," as well as guidance on acknowledging amendments to solicitations. The document specifies conditions under which late proposals may be accepted and details the necessary acknowledgments and documentation for various types of lessors, including individuals, partnerships, and corporations. It mandates that offerors be registered in the System for Award Management (SAM) before contract award, highlighting the registration process and emphasizing that proposals must comply fully with solicitation terms. Additionally, the template delineates the government's intention to award the lease to the responsible offeror providing the best value and outlines compliance evaluation requirements for contracts over $10 million. It includes provisions regarding the prohibition of certain articles within the performance of contracts as dictated by the Federal Acquisition Supply Chain Security Act. Overall, this document functions as a comprehensive guide for participants in the federal acquisition process related to real property leasing, ensuring adherence to established regulations and procedural norms.
    The document outlines the General Clauses related to the acquisition of leasehold interests in real property under federal guidelines. It includes essential definitions, subletting provisions, and obligations for both the Government and the lessor. The clauses specify conditions for property maintenance and inspection, alterations, default conditions, payment terms, and compliance with applicable laws. Key clauses highlight the Government's rights to inspect properties, maintain them according to safety standards, and terminate leases under specific defaults. Payment clauses define expectations for prompt payments and the processes around potential fines for late payments. Additionally, the document includes requirements pertaining to labor standards, small business inclusion, and cybersecurity safeguarding measures, emphasizing compliance with government regulations. This structured framework aims to ensure clarity in lease agreements, protect government interests, and enhance operational compliance in federal real estate transactions. The document serves as a critical reference for stakeholders involved in federal leases, outlining obligations, risks, and the procedural landscape of property management and funding.
    The GSA Template 3517B outlines the general clauses for acquiring leasehold interests in real property, specifically for federal leases. The document lists several clauses categorized under definitions, performance, payment, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, and cybersecurity. Key provisions include definitions, subletting and assignment protocols, maintenance obligations, inspection rights, payment terms, and compliance with applicable laws. The document emphasizes the government's rights, such as subordination of leases to mortgages and the right to inspect properties for compliance with health and safety standards. Additionally, it mandates adherence to ethical business practices, including anti-kickback measures and regulations concerning equal opportunity for veterans and disabled workers. The structured outline serves to ensure clarity and compliance in lease agreements, protecting both government interests and lessor obligations. This document is essential for federal agencies and lessors participating in government RFPs and grants, ensuring procedural adherence and legal accountability in real property leasing.
    This document outlines a Request for Lease Proposals (RLP) by the General Services Administration (GSA) for leasing commercial space to the federal government. It covers key components such as rent tables, tenant improvement allowances, and operational costs. The proposal requests detailed information regarding the offered property, including building specifications, parking availability, heating and ventilation systems, and any required improvements to meet lease standards. Main topics include rental structure and financial aspects like the initial shell rent, tenant improvement rent, and the option for free rent or space. It details the required conditions for the building, including accessibility compliance, fire safety standards, and any environmental issues like asbestos presence. The document emphasizes the importance of adhering to the RLP guidelines and the evaluation of proposals based on price and compliance with federal regulations. The offeror must certify their agreement to lease upon acceptance and acknowledge their understanding of the RLP terms. This structure and content represent the formal process for government leasing, ensuring that all proposals meet federal standards for operational and financial viability.
    The document outlines a proposal to lease office space in response to a Request for Lease Proposals (RLP) from the General Services Administration (GSA). It details the essential components of the proposal, including the building overview, rent tables, and financial elements like Lease terms, shell rent, tenant improvement costs, and operational expenses. Additional sections address parking requirements, potential for free rent or space offerings, and previous improvements made to the building concerning fire safety, accessibility, and ENERGY STAR® certification. The document also includes essential information about the building's historical status, tax parcel details, and renewal options for the lease. The purpose of this document is to facilitate the government’s assessment of offers to ensure compliance with RLP requirements while evaluating the best leasing options available for government use. It emphasizes the necessity for the lessor to fully comprehend the terms before submitting the offer. Overall, the proposal serves as a structured framework for prospective lessors to submit competitive offers while adhering to government leasing standards.
    The document outlines the Lessor's Annual Cost Statement, which is essential for the General Services Administration (GSA) when assessing lease proposals. It requires lessors to furnish estimated annual costs of services and utilities allocated to both the entire building and the government-leased portion. This includes categories like cleaning, heating, electrical, plumbing, air conditioning, and maintenance expenses. Lessors must provide detailed financial estimates for these services, helping the GSA determine fair rental charges consistent with local market rates. The second section focuses on estimated ownership costs, detailing real estate taxes, insurance, and management expenses. A certification is required by the lessor, ensuring accuracy in the reported figures. This form is a critical tool in the context of federal RFPs and grants, facilitating transparency and fiscal accountability in government leasing decisions.
    The General Services Administration (GSA) has issued a prelease document for Fire Protection and Life Safety Evaluation related to an office building. The prelease form is divided into two parts: Part A is for spaces below the 6th floor and completed by the Offeror or their representative, while Part B is for spaces on or above the 6th floor and must be completed by a licensed professional engineer. Compliance with current building and fire codes, particularly the National Fire Protection Association (NFPA) 101, is emphasized. Key components of the evaluation include building information, fire protection systems like automatic fire sprinklers and alarm systems, means of egress, emergency lighting, and elevator safety features. Detailed assessments, including identification of hazardous areas, occupancy classifications, and compliance documentation, are required for thorough safety evaluation. Part B requires a narrative report documenting findings and any deficiencies, which must also include recommendations for corrective actions. The document underlines the necessity for compliance with fire safety standards to ensure the safety of occupants in federal buildings, a critical consideration in government RFPs for office spaces.
    The document outlines a General Decision regarding wage determinations for building construction projects in Bexar County, Texas, under the Davis-Bacon Act. It highlights wage rates required for various construction trades effective in 2024, influenced by federal Executive Orders 14026 and 13658, which mandate minimum hourly rates for covered workers. Specifically, contracts initiated or renewed after January 30, 2022, require a wage of at least $17.20 per hour; earlier contracts that are not extended must meet a minimum of $12.90. The document also specifies the prevailing wages for numerous trades, including electricians, ironworkers, and plumbers, and details available fringe benefits. Additionally, it governs worker protections, including paid sick leave requirements per Executive Order 13706. The appeal process for wage determination is also described, offering recourse for parties affected by decisions related to wage classifications. This document is crucial for contractors participating in federally funded projects to ensure compliance with established wage and labor standards.
    The document outlines a representation required from Offerors regarding the provision of telecommunications and video surveillance services or equipment as stipulated in Section 889 of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019. Offerors must indicate whether they will provide covered telecommunications equipment or services in response to federal contracts, and if so, must disclose specific details about such equipment and services. The provisions prohibit contracting with entities that use covered telecommunications equipment or services considered essential to any system after specified dates. Definitions and procedures for reviewing excluded parties are included. Key requirements emphasize the necessity for Offerors to provide detailed information regarding any covered equipment, explanations of use, and manufacturer details. This representation aims to protect national security by restricting the procurement of equipment that could jeopardize government operations, thereby ensuring compliance in federal contracting processes.
    The document outlines the Contractor's Qualifications and Financial Information required by the U.S. General Services Administration (GSA) as part of federal contracting processes. Its primary purpose is to gather essential information from contractors intending to apply for government contracts, ensuring they meet financial and operational criteria. The form requests details regarding the organization’s name, address, type, taxpayer ID, financial statements, inventory valuation, and history of any bankruptcies or financial issues. Additionally, it seeks information on government financial aid, liabilities, and banking relationships, and mandates the disclosure of active or past contracts. Notably, contractors need to certify the accuracy of the information provided, reflecting their financial condition. This comprehensive data collection serves to assess the qualification and risk of potential contractors, thereby facilitating informed government procurement decisions in compliance with federal regulations and ensuring responsible fiscal management.
    The document pertains to the Past Performance List of References Form for the Department of Veterans Affairs (VA) solicitation RLP No. 36C24W24R0035, with offers due by September 10, 2024. It outlines essential sections for contractors to detail past performance experiences related to VA or non-VA contracts. Key components include contractor information, project descriptions, work performed, contract specifics, references, and overall evaluations. The form requires evaluators to assess various performance metrics—including quality, schedule adherence, customer satisfaction, management effectiveness, cost control, safety compliance, and overall summary ratings—using a defined set of adjectives from "Exceptional" to "Unsatisfactory." Each section emphasizes the need for contractors to provide accurate and complete information to reflect their capabilities and project relevancy effectively. The primary purpose of this form is to collect comprehensive performance data to evaluate contractor qualifications for future government projects, ensuring a rigorous selection process based on past successes and challenges. The structure facilitates systematic assessment through detailed questionnaires aimed at understanding the contractor's reliability and effectiveness in prior engagements.
    The Department of Veterans Affairs (VA) outlines an alternative protest procedure for real property lease procurements in this addendum to the GSA Template. Interested parties can submit protests either by mail or electronically to the Executive Director of the Office of Construction and Facilities Management. Notably, a protest will not be accepted if there is an existing protest on the same or similar issues already filed with the Lease Contracting Officer. This provision is intended to streamline the protest process while providing a clearer avenue for disputes regarding lease contracts, reinforcing the commitment to effective management of real property leases within the VA framework. The structured approach aims to minimize redundancy in protests and facilitate resolution.
    The Department of Veterans Affairs (VA) has issued a Request for Lease Proposals (RLP) for a facility in San Antonio, TX, designated as RLP No. 36C24W24R0035. The proposal is set to be awarded to a Service-Disabled Veteran-Owned Small Business (SDVOSB), with responses due by September 20, 2024. The Government seeks between 18,085 to 21,276 ANSI/BOMA square feet of contiguous space, requiring specific parking and building conditions, including a 20-year lease, with termination rights. Proposals must include comprehensive details regarding pricing, lease conditions, environmental assessments, and compliance with accessibility and energy efficiency standards. The RLP emphasizes preferred offerings in historic properties and mandates necessary improvements to meet safety or environmental standards. Offerors must submit proposals via email with signed documentation in separate volumes for technical and pricing information. Overall, the RLP serves to facilitate the procurement of commercial leases that cater to the needs of VA while ensuring compliance with federal regulations and support for small businesses, particularly those owned by veterans. It outlines clear submission guidelines, evaluation criteria, and firm requirements for lease consideration.
    The document outlines a series of questions and responses related to the Request for Lease Proposals (RLP) for the San Antonio, TX Community-Based Outpatient Clinic (CBOC). Key points include clarification on submission formats, specifically that ShareFile is acceptable for large file sizes. Additionally, a Phase I Environmental Site Assessment (ESA) is required at this stage, although a TICS table is not necessary. The Past Performance Questionnaire (PPQ), mentioned in the RLP, has been made available as Exhibit M. Lastly, the Operations and Maintenance (O&M) Plan designated as Exhibit B.4 will be included as part of the lease agreement. The document serves to provide necessary guidance to potential respondents, ensuring they can prepare compliant and complete submissions for the RLP process, highlighting procedural requirements and expectations.
    This document is Amendment No. 1 to the Request for Lease Proposal No. 36C24W24R0035, issued by the Veterans Affairs (VA) for a Community Based Outpatient Clinic (CBOC) in San Antonio, TX, dated August 21, 2024. It primarily communicates important updates regarding the proposal submission process. Key changes include the updated deadline for lease proposals, now due by 5:00 PM CDT on September 10, 2024. It outlines the procedure for submitting proposals via email, specifying that offers must be sent to designated VA email addresses in a PDF format containing visible signatures. Proposals can still be submitted by mail, but requirements for timely submission apply. The amendment details procedural rules regarding late submissions and emphasizes that offers must be submitted in two volumes: a technical proposal and a price proposal, with no pricing information in the technical section. The document underscores confidentiality, mentioning that proposals will not be publicly opened and will remain confidential until the lease is awarded. Offerors are required to acknowledge receipt of the amendment as part of their submission. Overall, this amendment reflects procedural adjustments aimed at streamlining the proposal process for lease offerings while ensuring compliance and confidentiality.
    Amendment No. 2 to Request for Lease Proposal No. 36C24W24R0035 pertains to the Veterans Affairs (VA) Community Based Outpatient Clinic (CBOC) in San Antonio, TX, and was issued on August 30, 2024. This amendment revises the list of documents included in the RLP package, outlining specifications related to leasing terms, design requirements, and service provisions. The attached documents include essential forms such as the lease template, design narratives, janitorial and maintenance plans, security requirements, and compliance information. Respondents to this RLP are required to acknowledge receipt of this amendment by initialing and signing the document to ensure compliance with the updated proposal guidelines. The amendment also includes a Past Performance Questionnaire and a VA Alternative Protest Procedure, both of which aim to streamline the proposal process and maintain transparency in contractor selection. This document underscores the federal government's commitment to providing quality healthcare facilities through precise leasing processes and detailed operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NEW/REPLACING RICHMOND CBOC LEASE - GLOBAL RLP# 36C25624R0124
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of approximately 42,882 rentable square feet of space in Richmond, Texas, to establish a Community-Based Outpatient Clinic (CBOC). The leased facility must meet specific requirements, including accessibility standards, security measures, and environmental compliance, with a focus on providing a modern healthcare environment for veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 30, 2024, at noon CST. Interested parties can contact Orita A. Jarvis at Orita.Jarvis@va.gmail.com or 281-795-7362 for further details.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    X1DB--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.
    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--New Albany Outpatient Clinic (FY24) 49,262 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the leasing of a new outpatient clinic in New Albany, Indiana, under Request for Lease Proposal (RLP) No. 36C10F24R0055. The project requires a facility with a minimum of 41,873 to a maximum of 49,262 square feet, designed to meet specific construction, security, and accessibility standards, while also adhering to environmental regulations. This initiative is crucial for enhancing healthcare services for veterans, reflecting the government's commitment to providing modernized and accessible facilities. Proposals are due by September 26, 2024, and interested parties should contact Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov 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.
    Campbell County Community Based Outpatient Clinic (CBOC) is to be located in Lafollette, TN.
    Active
    Veterans Affairs, Department Of
    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking a lease for a Campbell County Community Based Outpatient Clinic in LaFollette, TN. The space should be approximately 5,000 ANSI/BOMA office area (ABOA) square feet with a minimum of 25 on-site parking spaces. The space will be used as a Community Based Outpatient Clinic (CBOC) to provide Veteran outpatient care in the local area. The lease will be a full-service lease, with the lessor responsible for utilities, janitorial services, facility maintenance, and repair. The space must be in a Class A /4-5 CoStar rated building and comply with all current building, seismic, and accessibility code requirements. The government is interested in both existing buildings and land for new construction. Interested parties must submit expressions of interest by January 23, 2024, including building information, proof of ownership, parking availability, and business size. SDVOSB and VOSB firms are invited to provide additional information.
    X1DB--Mount Pleasant As-Built (VA-24-00080603) See Response Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms for a lease project related to the Mount Pleasant As-Built initiative, identified by solicitation number 36C24724R0084. The project requires approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC, with a preference for a 20-year lease that includes essential maintenance and utilities. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an anticipated cost between $100,000 and $10 million. Interested parties must submit expressions of interest by October 4, 2024, at 4:30 PM Eastern Time, and can contact Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further inquiries.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1DB--Huntsville Specialty Care Clinic Lease (VA-24-00025213) See Change of Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease a facility for the Huntsville Specialty Care Clinic, with the objective of expanding specialty healthcare services for veterans in Huntsville, Alabama. The procurement requires approximately 8,160 ABOA/9,180 RSF of space to accommodate outpatient services such as cardiology, dermatology, and orthopedics, with a firm lease term of seven years and five optional one-year extensions. This initiative is crucial for improving access to healthcare for veterans, and the lease is expected to commence by October 2024. Interested parties should submit their proposals by October 4, 2024, to Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or by phone at 813-447-0780.