X1DZ--Norristown Veteran Center Lease
ID: 36C24424R0034Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER HOSPITAL BUILDINGS (X1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.

    Point(s) of Contact
    Trevor SeilingLease Contract Specialist
    (412) 638-5749
    Trevor.Seiling@va.gov
    Files
    Title
    Posted
    The document serves as a Combined Synopsis/Solicitation Notice for the lease of the Norristown Veteran Center, issued by the Department of Veterans Affairs, Network Contracting Office 4. The solicitation number assigned is 36C24424R0034, with a response deadline set for September 30, 2024, at 4:30 PM ET. The lease opportunity is not designated for recovery act funds and utilizes the Product Service Code X1DZ under NAICS Code 531120. The core details include multiple attached documents outlining the scope of work, security requirements, various forms necessary for proposals, tenant improvement costs, and past performance evaluations. The purpose is to identify potential lessors to provide a suitable facility for veteran services in Norristown, PA. Interested parties are encouraged to review the attached exhibits for comprehensive information on requirements and regulations involved. Overall, this notice reflects the government's commitment to supporting veteran services through proper facilities management and procurement processes.
    The VA has issued a Request for Lease Proposals (RLP) No. 36C24424R0034 for the Norristown VA Vet Center, with offers due by September 30, 2024. This RLP outlines the requirements for offers, including a minimum space of 3,969 NUSF, and a modern building with particular architectural standards. The lease will encompass various inclusions such as operating costs, utility management, and security improvements. The methodology for evaluating proposals emphasizes quality, past performance, and pricing. Offerors must submit their proposals electronically, adhering to all requirements stated in the RLP, including environmental assessments, tenant improvement cost summaries, and proof of ownership or authorization. Evaluation will identify the most advantageous offer for the government. The RLP emphasizes the importance of energy efficiency, historical preservation, and regulatory compliance, with stringent guidelines for security and building integrity. Ultimately, the successful Offeror will enter into a fully serviced lease with binding commitments to meet the outlined tenant improvements and operational standards.
    The document outlines Lease No. 36C24424L0004 for the Department of Veterans Affairs (VA) engaging a lessor to provide a facility for the Norristown Vet Center. The lease agreement includes a 20-year term (5 years firm, 15 years soft), with specific terms regarding rent, tenant improvements, and maintenance obligations. The total space offered is 5,358 rentable square feet, including parking rights and provisions for telecommunications. Annual rent consists of shell rent and operating costs, adjustable based on actual net usable square feet (NUSF) measurement post-acceptance. The lessor bears the responsibility for completing all building improvements and compliance with safety, accessibility, and environmental standards as dictated by multiple federal regulations. Key sections detail the specific responsibilities for infrastructure, including heating, ventilation, air conditioning, fire safety systems, and compliance with energy standards. The document underscores the VA's commitment to providing appropriate facilities while ensuring adherence to safety and operational standards throughout the lease duration. This lease serves to fulfill government requirements for supporting veteran services, demonstrating fiscal responsibility and regulatory compliance.
    The Department of Veterans Affairs is seeking to lease clinical space for a Vet Center, focusing on a contiguous and aesthetically appealing layout conducive to patient services. The requirements specify that the building must be in a prime location, ideally modernized or recently rehabilitated. The lease will be fully serviced and must adhere to the highest standards if conflicts arise. The document outlines extensive room specifications including entrance, lobby, offices, group rooms, restrooms, kitchen, and telecommunications facilities. Each area is designed with a focus on accessibility, security, sound transmission control, and technological infrastructure, such as data outlets and security systems. Special emphasis is placed on compliant finishes, signage, and environmental factors. The detailed specifications reflect a commitment to creating a supportive environment for veterans accessing readjustment counseling services, ensuring both safety and operational efficiency. This document forms part of the government's RFP process for federal and local funding opportunities aimed at optimizing veteran care facilities.
    The document outlines the security requirements for facilities classified with a Facility Security Level II, specifically tailored for the Norristown Vet Center. It details various obligations for the lessor, focusing on site security, structure integrity, facility entrance protocols, and security systems. Key points include the necessity for clear signage identifying federal facilities, landscape management to eliminate concealment, and robust lighting for safety. Structural criteria emphasize blast resistance, with specific specifications for windows and walls to withstand threats. Requirements for access control systems, including those for employees and visitors, ensure the security of sensitive areas like pharmacies and IT departments. The document mandates the development of a Facility Security Plan and emphasizes cybersecurity measures to protect building systems from unauthorized access. The overarching purpose is to ensure a safe and secure environment for both occupants and operations, fulfilling federal guidelines while mitigating risks associated with potential threats to the facility. These comprehensive measures highlight the commitment of the government to maintain high security standards in leasing agreements for federal facilities.
    This document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property, specifically emphasizing instructions for offerors. It defines key terms such as "discussions," "proposal modification," and "proposal revision," and outlines submission guidelines for proposals, including acknowledgment of amendments and provisions for late proposals. The document mandates that all proposals must comply with the specified format, including necessary signatures and details about partnerships or corporate structures. The Government's process for evaluating proposals is highlighted, indicating the intention to award leases based on the best value principle, while also retaining the right to reject any proposals or request modifications. Specific attention is given to restrictions on the disclosure of proprietary data and the requirement for offerors to be registered in the System for Award Management (SAM) prior to award. Furthermore, provisions regarding properties in floodplains are included, stipulating conditions under which a lease may be awarded, as well as requirements for signing the lease depending on the legal structure of the lessor. Overall, the document serves as a comprehensive guide for prospective offerors regarding leasehold proposals within the U.S. federal government framework, ensuring clarity in the solicitation process.
    The document outlines the general clauses for the acquisition of leasehold interests in real property under the Simplified Lease Acquisition Threshold (SLAT) for federal properties. It establishes the responsibilities of the Lessor to maintain the property and its systems in a safe and operational condition, as well as the Government's right to inspect these areas to ensure compliance with applicable standards, including OSHA regulations. The Lessor is held accountable for default conditions, providing the Government rights to terminate the lease or seek remedies if obligations are not met. The document also details the process for implementing changes to the lease, requiring the Lessor to request adjustments within a specified timeframe. Furthermore, it highlights compliance with federal and state laws, including prohibitions against contracting with entities providing certain telecommunications equipment related to national security concerns. The document incorporates various Federal Acquisition Regulation (FAR) clauses that govern contractual obligations, reporting requirements, and other compliance measures. Overall, this document serves as a comprehensive guide to the terms and conditions of lease agreements within the context of government RFPs, ensuring accountability and adherence to legal standards while managing leased properties.
    The document is a Request for Lease Proposals (RLP) detailing the necessary components for submitting an offer to lease space to the U.S. government. It outlines the structure and essential information required from potential lessors, including architectural engineering fees and project management costs, as well as specifics about the offered building, such as its address, size, and configuration. The key sections include building overview, primary offer details, rent table, financial aspects, property information, and certification of the offeror. The RLP emphasizes the financial requirements, including rental rates, operating costs, and parking availability. It inquires about additional factors like free rent, lease renewal options, and any deviations from standard expectations. Moreover, the document assesses compliance with fire protection, seismic safety, energy efficiency (ENERGY STAR®), and accessibility standards. By collecting structured data from lessors, the document aims to facilitate a comprehensive evaluation process for the space offered to the government, ensuring all logistical, financial, and regulatory requirements are met for an efficient leasing process. In conclusion, this RLP serves as a crucial procedural document guiding vendors in offering feasible and compliant lease options to the government while maintaining necessary standards and considerations.
    The document outlines various components of federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the importance of compliance with federal guidelines while addressing specific project goals and objectives. Key topics include funding availability, eligibility requirements, and evaluation criteria for proposals. The document is structured to assist stakeholders in navigating the application process effectively, providing step-by-step instructions on proposal submission, required documentation, and deadlines. Additional sections cover technical specifications and deliverables, ensuring that applicants understand the expectations of the reviewing authorities. Overall, this document serves as a comprehensive guide for organizations seeking federal and state support through grants and RFPs, emphasizing alignment with governmental goals and accountability in project outcomes.
    The document outlines the Fire Protection and Life Safety Evaluation required for office building space offered for government leasing. It consists of two main parts: Part A, for spaces below the 6th floor, completed by the Offeror or a representative, and Part B, for spaces on or above the 6th floor, requiring a professional engineer’s input. It emphasizes compliance with local building and fire codes and the NFPA Life Safety Code. The evaluation covers critical areas such as automatic fire sprinkler systems, fire alarm functionality, means of egress, emergency lighting, and elevator safety. Part A includes a series of questions that pertain to general building information, fire safety systems, and emergency protocols. Conversely, Part B mandates a detailed narrative that identifies fire safety conditions affecting the offered space and any compliance deficiencies, along with recommended corrective actions certified by a licensed fire protection engineer. This evaluation is crucial for ensuring the offered space meets safety standards and regulatory requirements, safeguarding both occupants and property in government-leased buildings. The document underscores the importance of comprehensive assessments in RFP processes to ensure life safety in potential government facilities.
    The Security Unit Price List (Level II) serves as a comprehensive framework for quoting unit prices related to security measures required under the specified federal lease. It outlines various categories, including facility entrances, lobby access, common areas, and exterior security. Each section details specific security requirements, often noted as "priced in shell," indicating that final costs will depend on forthcoming design specifications. Key components include identity verification protocols, public restroom access, landscaping security, and advanced systems such as video surveillance and intrusion detection, many of which require government provision for design and maintenance. The document emphasizes that costs will be finalized post-design, allowing for negotiations before the “Notice To Proceed” is issued for security improvements. The inclusion of various security elements highlights the meticulous attention to safety standards expected in government leasing practices. Overall, this list is essential for assessing, implementing, and budgeting for security enhancements across federal properties, ensuring compliance with established security guidelines.
    The document outlines the Tenant Improvements Cost Summary (TICS) for a government construction project, detailing estimates for costs associated with various construction divisions. It includes sections for general requirements, site work, finishes, HVAC, electrical work, and other specialty construction needs, categorized by the Construction Specification Institute (CSI) Masterformat divisions. Key focuses include the Total Tenant Improvement Allowance and various construction costs broken down into labor and materials, with sections for both "Shell" and "Tenant Improvements." The cost estimates also emphasize separate tracking of soft costs related to project management, legal counsel, and permits. The necessity of detailing each aspect ensures comprehensive budgeting for the project. Instructions on how to fill in specific project information relevant to the TICS and verify accuracy in cost estimation for all items reflect the document's structured nature. The central purpose is to guide officials and contractors in accurately estimating and tracking the overall expenditures related to building improvements associated with federal and state government RFPs, thus ensuring compliance with financial and regulatory standards.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, although its specific content is not discernible due to significant garbled text. Primarily, its structure suggests a focus on the procurement process central to governmental funding opportunities. Typical elements included in such documents typically encompass eligibility requirements, submission timelines, funding amounts, project specifications, evaluation criteria, and necessary forms. Given the context of government RFPs and grants, the material likely emphasizes facilitating compliance with federal guidelines, promoting transparency in funding allocation, and encouraging participation from eligible entities. Such documentation serves as a critical tool for various stakeholders, including public agencies and private organizations, to navigate the intricate landscape of government funding. Overall, while the specifics remain obscured, the essence of the document aligns with enhancing communication regarding funding opportunities and fostering engagement in governmental projects that require vendor cooperation and expertise. This is crucial for advancing community interests and ensuring effective utilization of public resources.
    The document outlines the lease agreement for the Norristown Vet Center, designated as Lease No. 36C24424L0004, between a lessor and the government. It primarily discusses the terms and conditions of the lease concerning the facility's use, maintenance responsibilities, and adherence to governmental standards. Key details include provisions for property management, handling of hazardous materials, and compliance with federal regulations. The lease also emphasizes the maintenance of the space to ensure it meets the necessary health and safety standards for veterans' services. This document is part of broader federal initiatives aimed at providing adequate facilities for veteran care, illustrating the government's commitment to improving service environments while upholding legal and safety requirements. The structure of the document includes formal lease terms, conditions, and operational guidelines, serving as a crucial reference for both parties in managing the leased space effectively.
    The document is a representation form addressing certain telecommunications and video surveillance services or equipment, specifically in compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It highlights that Offerors must declare whether they provide or use covered telecommunications equipment or services, which are defined as parts of systems that may compromise national security. The form requires specific disclosures about entities involved in producing such equipment, as well as descriptions of the equipment or services offered. Offerors must represent their status regarding covered telecommunications services and disclose details about the equipment's origin, intended use, and maintenance if applicable. The government’s prohibitions on contracting for services using such equipment aim to prevent potential risks. The document emphasizes a thorough review process, urging Offerors to consult the System for Award Management for entities excluded due to these concerns. Overall, the form ensures compliance with federal regulations designed to secure telecommunications and video surveillance systems from vulnerabilities associated with certain equipment.
    The document outlines procedures and guidelines related to federal and state grants and requests for proposals (RFPs). It emphasizes the importance of adhering to regulations for funding applications, highlighting key eligibility criteria, application processes, and evaluation factors. The text discusses various categories of funding opportunities, detailing specific programs available at the federal and state levels aimed at supporting local communities. Moreover, it mentions critical dates for submitting proposals, the significance of community involvement, and best practices for effectively presenting project ideas to funding entities. The structure of the document includes sections dedicated to specific grants, eligibility requirements, and a summary of essential information to facilitate applicants in navigating the funding landscape. This documentation serves as a crucial resource for organizations seeking government funding, aiming to streamline the application process and improve the chances of successful grant acquisition. It underscores the commitment to transparency and accountability in the allocation of federal and state resources.
    The document outlines the federal and state/local RFPs and grant opportunities aimed at facilitating funding for various governmental projects. It emphasizes the importance of structured proposals that meet defined criteria to secure financial assistance for initiatives, ranging from infrastructure development to community services. The file includes guidelines for eligible applicants, specifying required documentation, project objectives, and compliance with federal regulations. It also stresses the significance of collaboration among state, local, and federal entities to enhance the effectiveness and reach of funded projects. The emphasis is placed on innovative solutions and measurable outcomes that align with federal priorities, ensuring that grant funds yield positive impacts within communities. Overall, the file serves as a resource for stakeholders seeking to navigate the funding landscape while adhering to established application procedures and deadlines.
    The document pertains to federal and state RFPs (Request for Proposals) and grants, detailing relevant project specifications, eligibility, and submission guidelines for agencies and organizations seeking funding. It highlights the importance of compliance with local regulations, reporting requirements, and timelines for project execution. The information within the file is aimed at helping applicants navigate the complexities of proposal submissions. It suggests that successful projects will require planning, alignment with governmental standards, and transparent communication with stakeholders. Emphasis is placed on the proposals’ alignment with the funding agency's priorities, optimal resource allocation, and performance metrics. The overarching goal is to foster collaboration, innovation, and accountability among grantees, ensuring that funded projects meet community needs effectively while adhering to all regulatory expectations. This document serves as a guideline for potential applicants to maximize their chances of securing funding through thorough understanding and alignment with federal and state goals.
    The document outlines the "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment," a clause mandated for federal contracts to enhance national security. It defines key terms, including "covered foreign country," which refers to China, and specifies prohibited equipment and services from companies like Huawei, ZTE, and others deemed to pose security risks. Section 889 of the John S. McCain National Defense Authorization Act establishes that government agencies cannot procure or contract for systems using these covered telecommunications services after certain dates, unless exceptions apply. Contractors are obligated to report any identified use of prohibited equipment or services during contract execution, detailing necessary information and mitigation actions. Furthermore, the clause mandates that this regulation be included in subcontracts. The purpose of this document is to safeguard against national security threats by preventing the use of specific foreign telecommunications and surveillance technologies in government contracts, ensuring compliance with federal legislation aimed at protecting critical infrastructure and sensitive data.
    The document outlines the prohibition of the social networking application TikTok and any ByteDance applications on government information technology, mandated by federal laws and guidelines, particularly the No TikTok on Government Devices Act and related OMB Memorandum M-23-13. It defines "covered applications" and details the scope of information technology as it pertains to federal agencies and contractors. The clause explicitly prohibits contractors from using or having such applications on any government-operated equipment or their own equipment used for contract purposes, unless an exception is granted in writing by the Contracting Officer. Additionally, the document stipulates that this clause must be included in all subcontracts, emphasizing the importance of compliance across all levels of contractors. This regulation reflects ongoing concerns about security and data protection within federal operations.
    The Past Performance Questionnaire is issued by the NCO4 Network Contracting Office in Pittsburgh, Pennsylvania, to gather evaluations of contractors submitting proposals for a Vet Center lease in Norristown, PA. The document consists of two key sections: Section A, to be completed by the contractor, requires basic information such as contact details, contract specifics, and a description of services provided. Section B, to be filled out by assessors, includes performance rating scales across various categories like quality of service, schedule adherence, and business relationships. Assessors must provide ratings ranging from Exceptional to Unsatisfactory, along with rationales for their assessments. The gathered information will critically inform the evaluation process for potential awarding of contracts. Timeliness in completion and submission of the questionnaire is emphasized, underlining its importance in the proposal assessment procedure.
    The document outlines the Department of Veterans Affairs' provisions regarding an alternative protest procedure for real property lease procurements, specifically in the context of RLP No. 36C24424R00034 for the Norristown Vet Center. It allows interested parties to submit protests directly to the Executive Director of the Office of Construction and Facilities Management via mail or electronically. However, a protest will be dismissed if a similar issue is already pending with the Lease Contracting Officer. This alternative procedure aims to streamline the protest process within federal procurement while ensuring clarity and efficiency in lease contract management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DZ--Lease Relocation Northeast Philadelphia (Olney) Vet Center 219 (VA-25-00000072)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for the lease relocation of the Northeast Philadelphia (Olney) Vet Center, seeking approximately 3,993 ANSI/BOMA Square Feet of suitable real property space. The ideal location must be contiguous, outside the 100-year flood plain, and preferably on the first floor, with specific requirements for dedicated parking, accessibility, and proximity to public transportation. This opportunity is crucial for establishing a facility that meets the needs of veterans, and interested parties are encouraged to submit expressions of interest, including detailed information about available space and business qualifications, to the Lease Contracting Officer, Joel Garceau, at Joel.Garceau@va.gov by the specified deadline. The government will not incur any costs associated with this notice, and there is no solicitation at this time.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    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.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).
    Chatsworth Vet Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential vendors to lease space for a Vet Center in Chatsworth, California. The VA requires a minimum of 4,500 to a maximum of 5,500 rentable square feet of existing office space, along with 27 reserved parking spaces, including three that are ADA-compliant, for a lease term of 20 years with termination rights after five years. This initiative is part of the VA's commitment to securing appropriate facilities to support veteran services effectively, and interested parties must submit their documentation by September 23, 2024, to Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612.
    General Services Administration (GSA) seeks to lease the following space to be used as a Community Outpatient Clinic (CBOC) by the Department of Veterans Affairs in Philadelphia, PA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease space for a Community Outpatient Clinic (CBOC) to be utilized by the Department of Veterans Affairs in Philadelphia, Pennsylvania. The required space must be between 25,000 and 29,000 square feet, located within a delineated area that includes specific geographical boundaries, and must meet various accessibility and safety standards. This procurement is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical facilities within a suitable environment. Interested parties must submit their expressions of interest by September 30, 2024, with occupancy anticipated in December 2026. For further inquiries, contact Jessica Herring at jessica.herring@gsa.gov or (215) 307-6889.
    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.
    X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range from 4,644 to 4,876 rentable square feet and be located in a professional, aesthetically pleasing building that meets specific safety and accessibility standards, including seismic compliance. This procurement is crucial for providing necessary services to veterans, ensuring that the facility is equipped to support personnel, furnishings, and equipment effectively. Interested lessors must submit their proposals online by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or 256-403-9563.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. The lease term is set for an initial five years, with two optional 15-year extensions, and proposals must be submitted by September 4, 2024. Interested parties can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further details.