Bismarck, ND CBOC Request for Lease Proposals
ID: 36C26325R0020Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting lease proposals for a Community Based Outpatient Clinic (CBOC) in Bismarck, North Dakota, under Request for Lease Proposal (RLP) No. 36C26325R0020. The procurement seeks a fully serviced, turnkey lease for approximately 30,252 to 34,487 rentable square feet, with specific requirements for modern design, accessibility, and environmental compliance, including energy efficiency and fire safety standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing a patient-centered environment. Proposals are due by August 25, 2025, at 4 PM CST, and interested parties should contact Scott J Jennings at Scott.Jennings@va.gov or Corina Gold at corina.gold@va.gov for further information.

    Point(s) of Contact
    Scott J Jennings
    Scott.Jennings@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued Amendment 0001 to Request for Lease Proposal (RLP) 36C26325R0020 for the Bismarck CBOC. This amendment, effective August 14, 2025, extends the response due date from August 22, 2025, to August 25, 2025, at 4 PM CST. Additionally, it introduces three new exhibits: Exhibit O (Sample Floor Plans), Exhibit P (Mobile MRI Unit Specifications), and Exhibit Q (Response to RFIs). Exhibit B.3 (Equipment List Space Plan) has been replaced. Furthermore, the RLP has been modified to remove sections 3.06 (S) and (T), which referenced Green Globes and LEED Certification.
    This government lease template, GSA Form L100, outlines the terms and conditions for leasing property to the United States Government. It covers key aspects such as lease duration (20 years, 10 years firm), rent and other considerations, and the responsibilities of both the Lessor and the Government. The document details construction standards, including labor, waste management, and building materials, and specifies requirements for building systems like fire suppression, energy efficiency (EISA compliance), and elevators. It also addresses post-award activities such as financial deliverables and construction schedules. The lease incorporates various documents, including floor plans, agency requirements, and general clauses, emphasizing compliance with federal regulations and standards for accessibility and safety. The Lessor is responsible for the professional quality and coordination of all designs and services, ensuring the building meets aesthetic and functional standards.
    The document, Lease #36C26325L0006 Exhibit B.1, outlines the agency-specific requirements for a Community Based Outpatient Clinic in Bismarck, ND. It details general requirements, shell requirements, and tenant improvement components for the facility. Key areas covered include interior design criteria, finishes (painting, wall coverings, flooring), casework and countertops, wayfinding, and comprehensive door specifications including hardware, security, and accessibility. The document also addresses critical infrastructure such as electrical, telecommunications, plumbing, mechanical systems, and fire/life safety. Specific attention is given to ADA/UFAS compliance, safety features, and the integration of VA-specific systems like PIV card readers and nurse call systems. The overarching goal is to create a supportive, patient-centered, and healing environment for Veteran Patients, emphasizing longevity, maintainability, and adherence to various codes and standards.
    The Program for Design document outlines detailed spatial and technical requirements for various areas within a Community Based Outpatient Clinic (CBOC). It specifies room names, codes, quantities, net areas, and comments for functional areas such as Audiology, Business Office, Imaging, Laboratory, Mental Health, Optometry, Physical Therapy, Primary Patient Care, Reception, Social Work, Staff Wellness, and Telehealth. For each space, the document provides detailed specifications on power, data, plumbing, security features (card readers, panic buttons), ceiling height and material, door function and width, exhaust requirements, floor and wall materials, lighting and noise levels, and temperature/humidity controls. Key considerations include patient care room setups, specialized equipment needs (e.g., audiology booths, imaging equipment), accessibility, privacy, and staff support areas. The document also lists total net square feet, ANSI/BOMA Office Area, and Rentable Square Feet, along with material abbreviations, indicating its purpose as a comprehensive design program for facility construction or renovation, ensuring compliance with detailed functional and environmental standards.
    The document outlines the detailed room contents and functional requirements for a Community Based Outpatient Clinic (CBOC). It specifies equipment, furniture, and infrastructure needs across various areas, including public, information technology, staff wellness, management, logistics, prosthetics, mobile technology, and laboratory sections. Key inclusions are wheelchair corrals, veteran information stations, telecommunications rooms with servers and cabinets, staff wellness/fitness rooms with exercise equipment and breakroom amenities, and conference rooms with video conferencing capabilities. The prosthetics area requires specialized fitting rooms with examination tables and medical equipment. Laboratory spaces are detailed with numerous analyzers, incubators, and safety features like eyewash stations. The document emphasizes telecommunication outlets, specific furniture, and compliance with VA mandatory signage and construction supplements. Overall, it provides a comprehensive inventory and layout for a modern, multi-functional CBOC facility, highlighting both patient care and operational support areas.
    The document outlines the contents and associated costs for various rooms within a PACT Clinic in Bismarck, North Dakota, projected for 2025. This government file details the inventory for a Community Based Outpatient Clinic (CBOC), including functional areas such as public areas, reception areas, business offices, primary patient care areas, and a laboratory area. Each section lists specific items like furniture, computer equipment, medical devices, and plumbing fixtures, along with their quantities, unit prices, and total costs per room. The total content costs for the Primary Patient Care Area are substantial, reflecting the specialized equipment required. The report was created and edited by Brenda Wiesner and Brenda Schneider, and generated on May 6, 2024, providing a comprehensive overview of the material and equipment needs for the clinic's various operational zones.
    This government file outlines comprehensive security requirements for Facility Security Level II (FSL II) as part of federal government RFPs, federal grants, and state and local RFPs, specifically for Department of Veterans Affairs (VA) facilities. It details site and structure security criteria, facility entrance security, interior security, security systems, and cybersecurity measures. Key requirements include prominent federal facility signage, restricted landscaping, exterior lighting for safety and surveillance, and vehicle barriers to protect pedestrian entrances. The document also mandates blast resistance for windows, facades, and structures in new construction, and robust physical access controls for employees and visitors. Critical and sensitive areas, such as pharmacies and IT rooms, require electronic access control, video surveillance (VSS), and intrusion detection systems (IDS). The VSS must record at a minimum of 15 frames per second and store footage for 90 days. Cybersecurity measures prohibit connecting building systems to federal IT networks and encourage adherence to DHS ICS-CERT guidance, NIST Cybersecurity Framework, and industry best practices for securing building automation and control systems (BACS). Lessors are responsible for developing a Facility Security Plan and a Construction Security Plan, emphasizing safety, compliance, and protection against various threats.
    The GSA Template 3516 outlines provisions for acquiring leasehold interests in real property, focusing on proposal submission, modification, and evaluation. It defines key terms such as "discussions," "proposal modification," and "proposal revision." The document details procedures for handling amendments, late proposals, and withdrawals, emphasizing strict adherence to deadlines and proper documentation for evidence of timely submission. It also specifies requirements for protecting sensitive data through proper marking and legends. The template outlines the lease award process, where the Government aims to award to the offeror providing the best value, potentially after discussions with those in the competitive range. It reserves the right to reject proposals, waive minor irregularities, and consider late modifications that benefit the Government. The document further details who can execute a lease (individuals, partnerships, corporations, joint ventures, or authorized agents) and the necessary accompanying documentation. It includes provisions for serving protests and submitting facsimile proposals, highlighting that all proposals are subject to the System for Award Management (SAM) registration requirements, including obtaining a unique entity identifier. Finally, it incorporates the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent compliance and disclose any covered articles or sources prohibited by FASCSA orders.
    The GSA Template 3517B, revised in February 2025, outlines the General Clauses for the acquisition of leasehold interests in real property by the U.S. Government. This comprehensive document categorizes 56 clauses into sections: General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key general clauses cover definitions, subletting and assignment, subordination, and the integrated agreement. Performance clauses detail lessor default, inspection rights, delivery and condition of space, progressive occupancy, maintenance, fire/casualty damage, compliance with law, alterations, and acceptance of space. Payment clauses address System for Award Management, prompt payment, assignment of claims, and payment calculations based on square footage. Standards of conduct include business ethics, anti-kickback procedures, and drug-free workplace policies. Adjustment clauses cover price adjustments for improper activity, defective data, and changes. Audits and disputes are also covered. Labor standards ensure equal opportunity for veterans and individuals with disabilities. Small business clauses promote utilization and subcontracting plans. Cybersecurity provisions address safeguarding information systems, prohibiting certain hardware/software (e.g., Kaspersky Lab, Huawei, ZTE, ByteDance), and supply chain security. The document emphasizes compliance with federal regulations (FAR and GSAR) and outlines the rights and obligations of both the Lessor and the Government, ensuring transparency and accountability in real property leases.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document serves as a technical instruction for accessing the actual file, rather than containing substantive information relevant to government RFPs, federal grants, or state/local RFPs.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a critical document for federal government Request for Lease Proposals (RLP), ensuring rental charges align with community prevailing rates. It requires lessors to detail estimated annual costs for services, utilities, and ownership for both the entire building and the government-leased area. Section I covers services and utilities like cleaning, heating, electricity, plumbing, air conditioning, and elevators, including salaries, supplies, and system maintenance. Section II addresses ownership costs, such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes transparency in cost reporting, requiring lessors to provide their best estimates or actual costs from the previous year. It also includes instructions for calculating rentable areas and specifies which costs to include, ensuring a comprehensive and standardized approach to evaluating lease proposals.
    The General Services Administration's (GSA) "Prelease Fire Protection and Life Safety Evaluation for an Office Building" (GSA Form 12000, May 2015) outlines the requirements for evaluating fire protection and life safety systems in office buildings offered for lease to the government. The form is divided into two parts: Part A, completed by the Offeror for spaces below the 6th floor, focuses on general building information and fire safety systems through short answer and yes/no questions. Part B, completed by a professional engineer for spaces on or above the 6th floor, requires a detailed narrative report based on a comprehensive evaluation, including a walk-through and review of maintenance records. Both parts emphasize compliance with current building and fire codes, particularly NFPA 101 Life Safety Code, and require identification of deficiencies and proposed corrective actions. The document also details specific requirements for fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators, ensuring thorough assessment of the building's fire safety infrastructure and adherence to federal standards.
    The “Security Unit Price List (Level II)” document outlines a standardized approach for pricing security countermeasures in federal government leases, particularly for federal government RFPs, federal grants, and state/local RFPs. It details various security requirements across facility entrances, interiors, building exteriors, security systems, and structural elements. The document categorizes items as “Priced in Shell,” “Priced in Tenant Improvements,” “Government Provided,” or requiring a unit price and quantity to be filled out post-award. It emphasizes that the Building Specific Amortized Capital (BSAC) amount is an estimate, with final costs determined after design. Lessors are required to quote unit prices for identified security countermeasures based on final design documents. The document serves as a guide for leasing specialists, ensuring that all security paragraphs in the lease are reflected and priced accordingly, with instructions for integrating costs with other forms like TICS.
    The document, General Decision Number: ND20250012, is a wage determination for building construction projects in Burleigh County, North Dakota, effective July 4, 2025. It outlines minimum wage rates and worker protections under Executive Orders 14026 and 13658, which apply to federal contracts subject to the Davis-Bacon Act. Executive Order 14026 mandates a minimum of $17.75 per hour for contracts entered into or renewed on/after January 30, 2022, while Executive Order 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed. The document also lists prevailing wage rates and fringe benefits for various construction trades, including boilermakers, electricians, plumbers, and laborers, with specific rates for union and survey-based classifications. It details the process for wage determination appeals, including initial decisions and requests for review from the Wage and Hour Administrator and Administrative Review Board. Additionally, it references Executive Order 13706, requiring paid sick leave for federal contractors.
    The document outlines the Tenant Improvement Cost Summary (TICS) for federal government RFPs, federal grants, and state/local RFPs. It details the breakdown of costs into two main categories: Tenant Improvements (TI) and Shell. Tenant Improvements cover finishes and fixtures that transform a shell space into a usable condition, while Shell costs pertain to the base building structure and enclosure. The document provides a comprehensive list of construction divisions (Divisions 1-14, 21-23, 26.1, 26.2, 27, 28.1, 28.2, 31-33) for both TI and Shell, with examples for each division. It also introduces Building Specific Amortized Capital (BSAC) for security-related improvements, noting that A/E fees and Lessor's Project Management Fees apply to both TI and BSAC. The form requires input of project-specific information such as ANSI-BOMA Office Area (ABOA) square footage, General Contractor fees, Lessor's Project Management fees, and A/E fees, with clear instructions for filling out material and labor costs for each item.
    Standard Form 330 (SF330) is used by federal agencies to collect Architect-Engineer (A-E) firms' professional qualifications, facilitating selection for A-E contracts as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Firms are chosen based on competence, qualifications, performance evaluations, and interviews. The form is divided into two parts: Part I details qualifications for a specific contract, requiring information on the proposed team, key personnel resumes, and relevant example projects. Part II outlines a firm's general qualifications, including ownership, employee disciplines, and revenue, and can be kept on file with agencies for general solicitations. Individual agencies may provide supplemental instructions. The document also defines key terms such as Architect-Engineer Services, Branch Office, Discipline, Firm, and Key Personnel, and provides extensive lists of disciplines and experience categories for detailed qualification reporting.
    The GSA Form 527, "Contractor's Qualifications and Financial Information," is a comprehensive document designed to collect detailed financial and operational data from contractors seeking to establish financial responsibility or procure credit with the U.S. General Services Administration. This form, which expires on 11/30/2027, helps the government assess a contractor's stability and reliability for federal RFPs and grants. It covers general information such as organizational type, taxpayer ID, and business nature, alongside critical financial disclosures. Contractors must provide balance sheets, income statements, banking details, and information on any government financial aid or indebtedness. The form also scrutinizes past business conduct, including bankruptcy filings, judgments, liens, and outstanding debts. Furthermore, it requires information on principal merchandise or raw material suppliers, construction/service contracts in force, and a history of completed jobs. The document also delves into bonding coverage and any past declines in surety bond applications or failures to meet subcontractor/supplier claims, ensuring a thorough evaluation of the contractor's financial health and operational history.
    The Past Performance Questionnaire (Solicitation Number 36C26325R0020) is a critical document for evaluating proposals for leased space for the BISMARCK CBOC in Bismarck, North Dakota. This questionnaire is divided into two sections: Section A, to be completed by the Offeror (contractor) with their information and authorization for release of information, and Section B, to be completed by assessors. Assessors are requested to evaluate the contractor's past performance based on defined rating scales (Exceptional, Satisfactory, Marginal, Unsatisfactory, Neutral) across key areas such as Quality of Service, Schedule, and Business Relations. The questionnaire emphasizes the importance of providing rationale for any unsatisfactory or marginal ratings. Assessors are required to submit the completed Section B directly to garry.alexander@va.gov by the RLP due date, without sending it to the Offeror. The document also includes a section for the assessor to indicate their willingness to award future contracts to the evaluated contractor and provide overall comments.
    The document, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlines federal regulations stemming from Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It prohibits executive agencies from procuring or renewing contracts for equipment or services that use covered telecommunications equipment or services as a substantial component or critical technology. The prohibition, effective August 13, 2019, initially targeted direct procurement, extending to entities using such equipment regardless of federal contract performance by August 13, 2020. Exceptions include services connecting to third-party facilities (e.g., backhaul, roaming) or equipment unable to route user data traffic. Offerors must declare whether they will provide or use covered telecommunications equipment/services and provide detailed disclosures if they do, including entity information, equipment/service descriptions, and an explanation of proposed use. The document requires checking the System for Award Management (SAM) for excluded parties and emphasizes the
    This government file details the sample floor plan and specifications for a One-PACT Community Based Outpatient Clinic (CBOC) as part of federal government RFPs. It outlines the ideal layout, emphasizing a central PACT Team Work Area with staff functions at the clinic's rear, and the need for a combination of exam and consult rooms accessible directly from this area. The document specifies that one telehealth room will be dedicated to audiology/specialty telehealth services. It also provides comprehensive technical requirements for architectural, interior design, telecommunication, lighting, power, HVAC, plumbing, medical gases, fire protection, and life safety systems for various rooms, including conference rooms, patient exam rooms, and women's health exam rooms. The file includes disclaimers noting that room templates are illustrative and not project-specific, requiring adaptation to site conditions with stakeholder involvement. Key references for further guidance on design, finishes, hardware, and equipment are also provided, alongside requirements for guest Wi-Fi and VA network Wi-Fi infrastructure.
    The document provides reference images of the Rapid City, South Dakota CBOC's Mobile MRI pad to inform the design of a similar pad at the Bismarck, North Dakota CBOC. It also includes a design guide with specified requirements. This information is intended to aid in the planning and construction of the Bismarck facility's Mobile MRI pad, ensuring adherence to design standards and requirements by providing visual examples and technical specifications from a previously completed project.
    This government file addresses various inquiries and clarifications regarding an RLP (Request for Lease Proposal) for a Bismarck CBOC (Community-Based Outpatient Clinic), likely a VA facility, focusing on federal government RFPs. Key points include: the exclusion of a full-building back-up generator and a perimeter fence; confirmation that the RLP is a SDVOSB (Service-Disabled Veteran-Owned Small Business) set-aside; and the addition of Mobile MRI Unit Specifications as Exhibit P. Sustainability requirements for Green Globes and LEED certification have been removed from the RLP. The document clarifies that while two data outlets and duplex receptacles are acceptable, four will be required in certain clinic areas. It also confirms that a police room is negotiable after award, and the facility prefers individual thermostats and terminal units for each room. The real estate tax base will be set after space acceptance and one full tax year. The anticipated award date is September 30, 2025. The VA will not grant extensions for the proposal due date. TI (Tenant Improvement) pricing will be negotiated after award as a lump sum, with an amortization rate to be provided. Painting and carpet replacement cycles are typically every five years, and the L100 schedule is negotiable after award. Automatic sliding entrance doors are not allowed due to freezing issues, and roller shades are required for window coverings. An external mailbox is required, meeting USPS delivery requirements. No loading dock or shower room is required for the fitness room.
    The government lease document outlines an agreement between a lessor and the United States Government, specifically the General Services Administration (GSA). It establishes terms for leasing premises for a term beginning upon acceptance of specified space, typically lasting 20 years with certain firm and termination rights. Key components include defined rentable space, rent structures, and responsibilities of both the lessor and the government regarding maintenance, utilities, and tenant improvements. The lease emphasizes compliance with various building standards, including safety, accessibility, and environmental regulations, thereby ensuring a secure, functional, and compliant space for government operations. It contains specific provisions for alterations requested by the government, mandates for energy efficiency, and stringent labor standards. The document also details requirements for modifications, inspections, and improvements before the government can occupy the space, highlighting the importance of thorough planning and execution by the lessor. Overall, this lease serves to formalize the contractual obligations between the government and the property owner, ensuring that all aspects of the occupancy, including maintenance and operational standards, meet governmental policies and regulations.
    The document outlines the Agency Specific Requirements for a Community-Based Outpatient Clinic in Bismarck, ND, under Lease# 36C26325L0006. Its primary purpose is to provide guidelines for the design, construction, and maintenance of the facility, ensuring compliance with federal standards and VA specifications. Key sections include general requirements, specific shell requirements, and tenant improvement components, covering aspects such as acoustics, lighting, plumbing, electrical specifications, and emergency egress systems. The requirements emphasize a patient-centered design with a focus on creating a healing environment, incorporating sustainable materials, and adhering to safety regulations. Special provisions are included for elements such as flagpoles, ceiling designs, restroom facilities, and signage, ensuring accessibility and compliance with the Americans with Disabilities Act (ADA). Additional details highlight the necessity of maintaining inspection reports, emergency plans, and compliance documentation throughout the lease term. The extensive guidelines reflect the government's commitment to enhancing healthcare accessibility and quality for veterans, prioritizing safety and functionality in the facility's design and operation.
    The document outlines the architectural and functional requirements for various rooms within a community-based outpatient clinic (CBOC) under consideration for design and construction. It delineates specific room types needed for services such as audiology, imaging, mental health, physical therapy, and primary patient care. Each section details room dimensions, intended use, essential features (like sinks, storage, and technology integration), and environmental controls (e.g., lighting, humidity, and temperature). For instance, audiology rooms must include specialized equipment, while patient waiting areas are designed for comfort and accessibility. The overarching goal is to create a facility that meets patient and staff needs, adheres to VA guidelines, and integrates modern healthcare practices. This document serves as a Request for Proposal (RFP) aimed at potential contractors, ensuring that bids align with specified healthcare service requirements, thus facilitating the VA's commitment to improving veteran healthcare access and quality.
    The document outlines the planned contents and costs for various rooms in the Community Based Outpatient Clinic (CBOC) located in Bismarck, North Dakota, with a focus on the year 2025. It details specifications for each room, including types of furniture, equipment, and their respective costs. Key areas identified include reception, primary patient care, administrative offices, and restrooms, with a total content expenditure amounting to over $316,000. Each room's summary includes specific items like desks, chairs, computers, and waste disposal systems, highlighting their functionality and utility for staff and patient interactions. The listing specifies acquisition codes and functional areas, emphasizing a systematic approach to enhancing clinic operations and patient experience. This content serves as a foundational outline for procurement processes related to the clinic's federal funding requests and grants within the context of improving healthcare services. Overall, the file represents an organized allocation of resources aimed at establishing an effective and compliant healthcare environment.
    The document outlines the security requirements for facilities classified as Facility Security Level II within the Department of Veterans Affairs (VA). It mandates that all security features, including video surveillance, access control, and physical security measures, are to be integrated into rental rates and tenant improvements. Key areas of emphasis include the protection of critical and sensitive areas, control of vehicle and pedestrian access, and structural security features like blast resistance and secure utility access. Specific provisions include maintaining clear landscaping to deter concealment, the installation of adequate lighting for safety and surveillance effectiveness, and defining protocols for hazardous materials storage. Additionally, the document stipulates the development of a Facility Security Plan in coordination with the VA, cybersecurity standards that forbid lessors from connecting building access systems to federal IT networks, and mandates for regular security system testing and maintenance. Overall, the document aims to enhance the safety and security of VA facilities through comprehensive risk management practices, establishing a robust framework for protecting employees, patients, and sensitive data against potential threats. The detailed requirements reflect the VA's commitment to ensuring a secure environment in its leased spaces.
    The document outlines solicitation provisions for the acquisition of leasehold interests in real property, as established by the General Services Administration (GSA). It includes instructions for offerors on proposal submissions, modifications, and revisions, stressing the importance of adhering to specified conditions regarding deadlines. Key components include definitions of terminology, procedures for proposal submission and acknowledgment of amendments, and guidelines for late proposals. Additionally, the document specifies requirements for the execution of leases by various organizational entities, such as individuals, partnerships, and corporations. It emphasizes the need for evidence of authority when an attorney or agent signs on behalf of the lessor. Protests must be properly served, and facsimile proposals can be submitted under certain conditions. Moreover, offerors are required to register in the System for Award Management (SAM) before award and maintain that registration throughout the contract. The document also addresses compliance with the Federal Acquisition Supply Chain Security Act, prohibiting contractors from using certain articles or sources dictated by federal orders. The overall intent is to ensure a structured approach to lease negotiations and awards, enhancing transparency and compliance in government procurement processes.
    The document outlines general clauses relevant to the acquisition of leasehold interests in real property, specifically tailored for government leases. It includes key provisions addressing definitions, subletting, obligations of successors, rights of entry, maintenance standards, and compliance with applicable laws. The performance and payment clauses stipulate the obligations of the lessor, including maintenance of the property, timely payments, and the process for handling defaults and disputes. Additionally, the document emphasizes the government's right to inspect properties, the subordination of leases to mortgages, and various contractor compliance requirements, including business ethics and labor standards. It underscores the importance of ensuring that leased properties meet safety and regulatory standards, focusing on health concerns related to hazardous materials and adherence to local laws. The structured clauses imply a thorough framework for ensuring accountability, transparency, and federal compliance in leasing agreements that manage real estate interests for governmental activities.
    The document appears to be a technical notification regarding the inability to display the content of a specific government file, which relates to federal RFPs, grants, and state/local proposals. It suggests that users may require an updated version of Adobe Reader in order to view the file correctly. The focus of the document appears to be on technical support information rather than substantive content concerning RFPs or grants. Thus, it emphasizes the importance of having updated software to facilitate access to critical government files related to funding opportunities and proposals. Without the actual content of the file, key topics, ideas, or structured information on federal initiatives remain inaccessible.
    The Lessor's Annual Cost Statement is a crucial document for landlords seeking to lease property to the federal government. It outlines the estimated annual costs of services and utilities that must be provided as part of the rental agreement. The form consists of two main sections: Section I details the estimated costs of services such as cleaning, heating, and electrical supply that are essential for the building, while Section II focuses on ownership costs excluding capital charges. Landlords are required to provide cost estimates related to building utilities, maintenance, and insurance, which play a significant role in determining fair rental values. Specific instructions guide lessors in calculating rentable areas, listing costs accurately, and fulfilling certification requirements. This information collection, governed by the Office of Management and Budget (OMB), is necessary for ensuring that federal leases are consistent with prevailing market conditions, thereby fostering transparent and fair transactions between lessors and government entities. The document emphasizes the importance of accurate reporting for maintaining integrity in government contracting and ensuring federal compliance.
    The General Services Administration (GSA) outlines procedures in the "Prelease Fire Protection and Life Safety Evaluation for an Office Building" document, which is essential for assessing compliance for office spaces offered for government leasing. The document is divided into two parts: Part A, for spaces below the 6th floor, requiring completion by the Offeror or their representative, and Part B, for spaces on the 6th floor or above, which must be completed by a licensed professional engineer. Fundamental Code Requirements mandate an evaluation based on local building and fire code compliance, specifically referencing NFPA 101 for egress requirements. Part A includes basic building information, checks for fire safety features like automatic fire sprinkler systems, fire alarms, exit signage, and emergency lighting. Part B delves deeper, requiring a narrative report that identifies violations, assesses fire hazards, building construction types, occupancy classifications, means of egress, and fire protection systems. The document emphasizes the need for comprehensive compliance to ensure safety in government buildings, establishing a rigorous framework for evaluating fire protection and life safety measures prior to lease agreements. Overall, this serves as a critical guideline for ensuring safety in government facilities by mandating clear evaluations and corrective actions where necessary.
    The "Security Unit Price List (Level II)" document outlines the pricing framework for security improvements related to federal government leases, specifically focusing on countermeasures that meet specified Security Standards during design and construction. It includes various sections covering facility entrances, common areas, security systems, and operational protocols, with the aim of providing a detailed catalog of unit prices, quantities, and total costs associated with security measures. Key categories include employee access control, identity verification, video surveillance, and intrusion detection systems, with tasks designated as either "Priced in Shell", "Priced in Tenant Improvements", or "Government Provided" to delineate responsibilities. The document instructs leasing specialists to adjust pricing based on actual designs and emphasizes the need for negotiation prior to implementation. The total costs section is calculated automatically based on the input of unit prices, illustrating an organized approach to budgeting for security enhancements. This framework aims to ensure compliance with safety regulations while facilitating structured collaboration between government entities and service providers.
    The document outlines wage determination for building construction projects in Burleigh County, North Dakota, applicable under the Davis-Bacon Act. It specifies minimum wage rates required by Executive Orders 14026 and 13658, which vary based on contract dates. Contracts beginning or renewed after January 30, 2022, mandate payment of at least $17.75 per hour, while earlier contracts require a minimum of $13.30 per hour. The file includes detailed classifications and wage rates for various construction trades, such as boilermakers, electricians, ironworkers, and plumbers, along with necessary fringe benefits. Moreover, it addresses requirements for paid sick leave under Executive Order 13706 for contracts awarded after January 1, 2017. Unlisted job classifications can be added through a conformance request post-contract award. The document also provides information on challenges related to wage determination via appeal processes, directing inquiries to relevant Department of Labor departments. Overall, this wage determination serves as a regulatory guideline for contractors working on federal projects in compliance with labor standards and wage protections in North Dakota.
    The document outlines the Tenant Improvement Cost Summary (TICS) for a federal government project, providing a structured approach for estimating costs associated with tenant improvements and shell work in government facilities. It includes sections detailing various construction divisions such as concrete, masonry, fire suppression, plumbing, electrical, and finishes, with a focus on both materials and labor costs. Each division mandates the entry of specific data, including quantities and unit prices, to calculate total costs, which are essential for budget planning and project execution. The TICS emphasizes the inclusion of all subcontractor costs and specifies percentages for general contractor fees and architectural fees, mandating adherence to predefined guidelines under lease agreements. It also delineates components for Building Specific Amortized Capital (BSAC) and the requirements for security-related improvements. This document serves as a critical tool for the effective management and financial assessment of construction projects funded by federal grants and RFPs, ensuring compliance and capturing comprehensive project costs in alignment with government standards.
    The ARCHITECT-ENGINEER QUALIFICATIONS form (SF 330) is utilized by federal agencies to evaluate the professional qualifications of architect-engineer (A-E) firms for contract selection, as required by federal statutes. Firms are selected based on demonstrated competence, with a public announcement of A-E service requirements mandated. The form is divided into two main parts: Part I focuses on contract-specific qualifications, providing information on the proposed team, key personnel, and relevant project experiences. Part II addresses general qualifications, allowing firms to submit their profile for consideration across multiple agencies. Key sections include contract information, proposed team and roles, resumes of key personnel, example projects showcasing team qualifications, and a matrix indicating key personnel participation. Each firm must articulate its expertise and previous project performances to facilitate agency evaluations. The document outlines specific instructions on the content required and emphasizes succinctness and accuracy. Overall, SF 330 serves as a critical instrument in the procurement of architect-engineer services, promoting fair competition and ensuring that highly qualified firms are selected to fulfill federal contracts. Compliance with agency-specific instructions is vital for effective submissions.
    The document outlines the qualifications and financial disclosure required from contractors seeking federal contracts through the General Services Administration (GSA). It includes sections for general information about the contractor, organizational structure, taxpayer identification, and financial stability. Key areas addressed are ownership details, financial obligations, banking relationships, and acknowledgment of any past bankruptcy or legal issues. The form also requires data on financial statements, income, assets, liabilities, and contracts currently in force. Additionally, it requests information on payments and claims owed to the federal government, underscoring financial responsibility as part of the contractor’s eligibility. The document's purpose is to ensure thorough evaluation of contractor capabilities and financial health before granting access to government contracts, aligning with federal procurement standards.
    The Past Performance Questionnaire is a critical component of the solicitation issued by the Regional Procurement Office West for providing leased space for a Community Based Outreach Clinic (CBOC) in Bismarck, North Dakota. The document is divided into two sections: Section A, which must be completed by the contractor, and Section B, to be filled out by the assessors. In Section A, contractors provide their information, including previous contract details, while Section B requires assessors to evaluate the contractor's past performance across various criteria such as quality of service, schedule adherence, cost control, and business relations. Responses are rated on a scale from Exceptional to Unsatisfactory, with requests for rationales behind ratings given. Assessors are instructed to submit their responses directly to the contracting office without sharing them with the contractor. This questionnaire operates under the framework of federal RFPs and evaluations, ensuring proposals are reviewed based on demonstrable past performance, which plays a vital role in awarding government contracts.
    The document outlines the requirements for an "Offeror" regarding telecommunications and video surveillance services or equipment when participating in federal contract solicitations. It defines critical terms and includes a representation statement that must be completed, indicating whether the Offeror will provide or use covered telecommunications equipment or services. The content reiterates prohibitions established under Section 889 of the John S. McCain National Defense Authorization Act, which restricts procuring and renewing contracts with entities that utilize such covered services. The Offeror must disclose specific details about the equipment or services offered, including producer information and product specifications, if applicable. This representation aims to ensure compliance with federal regulations about national security by filtering out potentially harmful telecommunications components from government contracts. The document highlights the importance of safeguarding government operations against vulnerabilities linked to telecommunications technologies.
    The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 36C26325R0020 seeks proposals for a lease in Bismarck, ND, for the Department of Veterans Affairs (VA). The RLP outlines requirements for 30,252 to 34,487 square feet of contiguous space, including 100 outdoor parking spaces, for a 20-year term with a 10-year firm period, commencing around December 1, 2027. The space must be within a specified area, in a modern building, and meet unique requirements regarding floodplains, amenities, accessibility, and security. Proposals are due by August 22, 2025, at 4:00 CST via email. Offerors must submit detailed pricing, financial commitments, proof of ownership, and various plans and certifications related to fire protection, life safety, environmental considerations, and historic preservation. The lease will be a fully serviced, turnkey agreement, with rent covering all Lessor costs.
    The General Services Administration (GSA) is soliciting proposals (RLP No. 36C26325R0020) for a 20-year lease, with a 10-year firm term, for up to 30,252 ABOA square feet and not exceeding 34,487 Rentable Square Feet in Bismarck, ND. Proposals are due by August 22, 2025, at 4:00 CST. The RLP outlines detailed requirements for space, location, parking (100 surface spaces), and building characteristics, including a modern design, absence of floodplains, and proximity to amenities. Key eligibility factors cover efficient layout, asbestos-free conditions, accessibility, fire protection, and energy efficiency (ENERGY STAR® label or equivalent). The lease is fully serviced and turnkey, covering all costs, including shell upgrades, tenant improvements (TIs), and security. Offerors must submit comprehensive pricing on GSA forms, financial commitments, proof of ownership or control, zoning compliance, and fire/life safety documentation. Environmental due diligence (Phase I ESA) and National Historic Preservation Act compliance are also required.
    The GSA Request for Lease Proposals (RLP) No. 36C26325R0020 seeks offers for a 20-year lease of office space in Bismarck, ND, with proposals due by August 22, 2025. The Government requires up to 30,252 ABOA square feet within specified boundaries, emphasizing modern quality building standards and accessibility to neighborhood amenities. Proposals must delineate space and layout efficiency, comply with security and environmental regulations, and ensure no location is prone to flooding. Key considerations include parking requirements, energy efficiency standards per the Energy Independence and Security Act, and fire protection protocols. Offerors must demonstrate financial capability and provide evidence of zoning compliance. The lease will only form after signatures, and conditions are binding. This RLP reflects the Government's comprehensive approach to acquiring suitable office space, balancing practical requirements and regulatory compliance.
    The U.S. Department of Veterans Affairs (VA) is seeking expressions of interest for leasing up to 30,252 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Bismarck, North Dakota. This advertisement serves to identify potential sources and locations for the lease, with no financial obligation for the government towards incurred costs. The selected property must comply with extensive space and accessibility requirements and is preferred to be within specific delineated boundaries, including a minimum of 100 dedicated parking spaces. The VA aims for a lease term of up to 20 years, potentially including existing buildings or new constructions. Interested parties must submit detailed information about their properties, including any necessary alterations and site compliance with local zoning. A market survey will evaluate responses to ensure properties meet the VA's criteria. The submission deadline is February 25, 2025, and the anticipated occupancy date is October 1, 2027. This request highlights the federal government's procurement process, particularly focusing on collaboration with small businesses, especially veteran-owned entities, in alignment with relevant regulations. It aims to facilitate the establishment of facilities to enhance medical services for veterans while emphasizing compliance with accessibility and security standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Succeeding Lease for Jacksonville CBOC
    Buyer not available
    The U.S. Department of Veterans Affairs is seeking a succeeding lease for the Jacksonville 1 Community-Based Outpatient Clinic (CBOC) located in Jacksonville, North Carolina. The requirement includes a minimum of 15,000 Rentable Square Feet (RSF) to accommodate office space, waiting areas, corridors, restrooms, record functions, and staff support, all of which must comply with the Uniform Federal Accessibility Standards. This facility is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical support in a compliant and functional environment. Interested parties can contact Troy Dolby at troy.dolby@va.gov for further information, noting that the VA intends to negotiate a lease term of up to 20 years without issuing a solicitation or request for proposals.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Buyer not available
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    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.
    Cleveland, WI VA CBOC New Replacing Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure 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 federal regulations for accessibility, fire safety, and energy efficiency. Proposals are due by December 11, 2025, at 3:00 PM CST, and interested parties are encouraged to participate in a virtual pre-proposal conference on December 2, 2025. For further inquiries, contact Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    X1AA--Raleigh VA Dental Clinic Minimum of 11,650 (contiguous) usable square feet
    Buyer not available
    The Department of Veterans Affairs is seeking to lease a minimum of 11,650 contiguous usable square feet for a standalone dental clinic in the Raleigh-Durham area of North Carolina. The facility must be aesthetically pleasing, constructed to high standards, and suitable for accommodating personnel, furnishings, and equipment necessary for dental operations, including a minimum of 60 reserved parking spaces and accessibility to public transportation. This procurement is critical for enhancing healthcare services for veterans, with a lease term of 20 years, comprising a 10-year firm term and two 5-year soft terms, along with 90-day termination rights. Interested parties must submit property details, including descriptions, square footage, parking availability, and photographs via email to L. Weldon Hammond by December 18, 2025, at 12:00 PM Eastern Standard Time.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    X1DB--New Maryville CBOC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.