X1DB--RLP 36C25225R0030 Rockford Community Programs
ID: 36C25225R0030Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease of medical office space to support the Rockford Community Programs in Rockford, Illinois, under solicitation number 36C25225R0030. The requirement includes approximately 5,069 ANSI/BOMA square feet of space, with a preference for first-floor locations in existing buildings, and a lease term of 20 years, consisting of a firm 10-year period and a 10-year option. This initiative is crucial for providing essential services to veterans in the community, ensuring accessibility and compliance with various federal regulations, including safety and energy efficiency standards. Interested parties must submit their proposals via email to the designated contact, Matthew G. Wright, by 4:00 PM CDT on February 7, 2025, with no Recovery Act funds involved in this procurement process.

    Point(s) of Contact
    Matthew G WrightContracting Officer
    (414) 844-4833
    matthew.wright2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Lease Proposals (RLP) characterized by solicitation number 36C25225R0030 for the establishment of medical office space for the Rockford Community Program in Rockford, Illinois. The proposal is open for full competition and seeks approximately 5,069 ANSI/BOMA square feet of space to support staff and veterans, with an ideal occupancy date set for November 1, 2025. The desired lease is for twenty years, comprising a firm ten-year period and a ten-year option. The VA expresses a preference for first-floor spaces available in existing buildings. Interested parties must submit their proposals via email to the designated point of contact by 4:00 p.m. CDT on February 7, 2025. Various attachments accompany the solicitation, detailing requirements, forms, and security provisions related to the lease proposal submission. This RLP is part of the VA's ongoing commitment to provide essential services to veterans in the community.
    The document is a Request for Lease Proposals (RLP) issued by the Department of Veterans Affairs, seeking offers for a lease in Rockford, IL (RLP NO. 36C252-25-R-0030). Proposals must be submitted by February 7, 2025, at 4:00 PM CST, and conform to specified requirements for evaluation and award. The lease entails acquiring a minimum of 3,800 usable square feet in a modern building, with a maximum rental area of 5,209 square feet, for an initial term of 20 years and a firm term of 10 years. Key requirements include proximity to public transit, ample parking spaces, compliance with floodplain regulations, and adherence to the Energy Independence and Security Act stipulating energy efficiency standards. The evaluation will prioritize pricing, and awards will be given based on the lowest priced technically acceptable offer that meets the RLP's conditions. The document outlines submission guidelines, including necessary forms, security requirements, and criteria for tenant improvements, operating costs, and building specifications. Successful offers must demonstrate financial viability, zoning compliance, and meet fire protection and safety standards. The RLP emphasizes the importance of adhering to government regulations throughout the proposal process.
    The document outlines an amendment to the Request for Lease Proposal (RLP) 36C25225R0030 related to community programs in Rockford, Illinois. The amendment is issued by the Department of Veterans Affairs and highlights key logistical details such as the contracting office’s address, the solicitation number, and the response deadline, which is set for February 7, 2025, at 4 PM Central Time. The document specifies that it does not involve Recovery Act funds and notes the NAICS code as 531120, indicating its relevance to real estate leasing. The summary does not provide further details about the content of the attached document but emphasizes that this amendment is part of an ongoing solicitation process for lease proposals. The structured format includes essential points like the contracting office’s zip code and the request for a place of performance, underscoring the procedural requirements typical in federal RFP documentation. This amendment facilitates the continuity of federal contracting activities relevant to providing community services to veterans.
    The Department of Veterans Affairs issued an amendment to a Request for Lease Proposal (RLP) aimed at refining the lease requirements associated with occupied premises. The core change affects Section 1.01(A), which previously stated the government's acceptance of the leased premises in their current condition, with specified exceptions. The amended language now clarifies the proposal evaluation process and emphasizes the selection of an offeror for lease award based on compliance with RLP requirements, rather than acceptance in situ. This modification aims to streamline proposal assessment and award processes, ensuring clarity in government leasing practices. The document is signed by Matthew Wright, a designated leasing official, reinforcing its authority and legitimacy.
    This document outlines the terms and conditions of Lease No. 36C252-25-L-0030, between a designated Lessor and the United States Government, specifically through the General Services Administration (GSA). The lease is for medical office space, spanning a 20-year term with a 10-year firm commitment. The Lessor agrees to furnish the Government with listed premises, including parking rights and common areas. Key financial terms involve specified rental rates, tenant improvement allowances, and provisions for real estate tax adjustments. The Government reserves the right to terminate or renew the lease under stipulated conditions. The document also details operation responsibilities, service provisions, and construction standards to be upheld during the lease term. Critical to this agreement is a focus on compliance with federal regulations, including environmental considerations and safety standards, indicating the government’s commitment to maintaining quality and sustainable practices in owned properties.
    The document outlines the agency-specific requirements for the Rockford Community Programs Lease, detailing the spatial layout and janitorial services needed at the facility. It specifies the dimensions and purposes of various spaces, such as entryways, waiting areas, reception, storage rooms, and office workstations totaling 3,500 square feet. The janitorial services include comprehensive cleaning instructions to maintain a professional appearance, detailing daily, weekly, and monthly cleaning frequencies and standards for different areas such as restrooms, exam rooms, and communal spaces. The document also emphasizes adherence to safety, security, and confidentiality measures, requiring background checks and training for contractors' personnel in line with HIPAA regulations. It enforces compliance with OSHA standards and mandates the use of environmentally safe cleaning products. Additionally, it includes quality assurance protocols and reporting requirements to ensure compliance with service expectations. In summary, this file serves as a comprehensive guideline for prospective contractors responding to the RFP concerning facility management and custodial services for the Department of Veterans Affairs in Rockford.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the government. It includes instructions to offerors, defining key terms such as discussions and proposal modifications, and outlining the process for submitting, modifying, and withdrawing proposals. Offerors are required to follow specific guidelines for the submission of proposals, including acknowledging amendments and ensuring timeliness, with detailed provisions for late proposals. Important compliance considerations include equal opportunity evaluations for contracts exceeding $10 million and restrictions on data disclosure within proposals. The government emphasizes the need for proposals to present the best terms, and retains the right to reject any or all proposals or waive minor irregularities. The document also addresses the requirement for offerors to be registered in the System for Award Management (SAM) and the conditions under which a lease may be awarded, including restrictions regarding properties in floodplains. Overall, these provisions aim to establish a uniform and fair process for lease acquisition while ensuring compliance with federal standards and regulations, critical for RFPs and government contracting.
    The document outlines the General Clauses applicable to leases under the U.S. General Services Administration (GSA), specifically for real property acquisitions below the Simplified Lease Acquisition Threshold (SLAT). It details clauses regarding definitions, maintenance responsibilities, fire damage protocols, inspection rights, and defaults by the lessor. Key points include the lessor's obligation to maintain properties in a safe condition, the government's rights to inspect facilities for compliance, and specific procedures for addressing damages and lease defaults. The document also includes requirements for safeguarding contractor information systems to ensure security and compliance with federal regulations. Overall, it serves to establish clear contract terms, responsibilities, and legal compliance in government leasing agreements, highlighting protections for both government interests and contractors. This ensures a systematic approach to leasing public properties and performing related transactions within established legal frameworks.
    The document is a GSA Form 3518A, representing the "Representations and Certifications" pertinent to the acquisition of leasehold interests in real property for federal contracts. It is specifically intended for leases valued at or below the Simplified Lease Acquisition Threshold. The form requires the offeror to disclose their business classifications, such as small, service-disabled veteran-owned, economically disadvantaged women-owned, and other designations under the Small Business Administration guidelines. In addition, the offeror must certify compliance with various federal regulations regarding affirmative action, lobbying influences, and business operations pertaining to restricted activities in Sudan and Iran. Key certifications include prior contract participation, submission of compliance reports, and taxpayer identification requirements. The form emphasizes severe penalties for misrepresentations and mandates additional disclosures if applicable. Overall, the document provides a structured framework to assure compliance and certify status within federal contracting requirements, fostering transparency and accountability in government acquisitions.
    The document outlines the "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment," mandated by the federal government to restrict the procurement of equipment produced by certain foreign entities tied to national security concerns, specifically from China. The key definitions include "covered telecommunications equipment or services," which encompass products from companies like Huawei and ZTE, as well as specific video surveillance systems from Hytera, Hikvision, and Dahua. The document imposes a prohibition on executive agencies from procuring or renewing contracts involving such equipment or services unless exceptions apply. If covered telecommunications equipment is identified during the contract performance, contractors must report this to the contracting officer swiftly, providing essential details and outlining mitigation efforts. Furthermore, the clause must be integrated into all subcontract agreements to ensure widespread adherence. This prohibition aims to bolster national defense by limiting dependencies on potentially compromised technologies within government contracts, reflecting a heightened emphasis on security and risk management in federal procurement processes.
    This document is a proposal form for leasing office space in response to a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA). It outlines the necessary details regarding the premises, including building description, rentable space, and specific terms of the lease. The proposal requires information about the offered floor space, rental rates, tenant improvements, and associated costs. Notably, the form delineates sections for financial aspects such as total build-out costs, adjustments for vacant premises, and rental concessions, alongside lease terms including renewal options and commissions. The document emphasizes compliance with government specifications and various safety regulations, including flood plain and seismic requirements, as well as accessibility standards. The purpose of this proposal form is to standardize the request for leasing government space, ensuring that all necessary information for evaluation is clearly presented. The structured format facilitates comprehensive comparisons among submitted proposals, aiming for transparency and accountability in government leasing processes.
    The Lessor's Annual Cost Statement is a standardized form developed by the General Services Administration (GSA) for property lessors to report estimated annual costs related to services, utilities, and building ownership when leasing space to the government. The document outlines the requirements for lessees to provide detailed cost estimates for various services, including cleaning, heating, electrical, plumbing, air conditioning, elevators, maintenance, and all utilities. It includes two main sections: the first estimates the annual costs of services and utilities furnished as part of rental consideration, while the second focuses on ownership costs exclusive of capital charges. The form also incorporates a certification section for lessors to affirm their estimates and includes specific instructions on how to calculate rentable areas and itemize costs. This documentation is essential in determining fair market values for leased government properties, ensuring consistency with community rental scales, and facilitating transparent financial management in the leasing process.
    The document outlines security requirements for Level I facilities leased by the federal government. It mandates that the lessor implement access control systems, such as key or physical access control systems (PACS), for employee entrances, with coordination from the Federal Protective Service (FPS). Additional measures include controlling access to critical areas, ensuring safe public restroom usage, and verifying visitor identities after hours. Interior security protocols involve a formal key control program and restricted access to building information. The document emphasizes external security measures such as appropriate landscaping to deter concealment, the installation and testing of alarm systems, video surveillance, and intrusion detection systems. Emergency preparedness is detailed with specific guidelines for generator placement and protection from potential threats. Furthermore, rigorous cybersecurity protocols are outlined, prohibiting connections to federal IT networks, stressing the importance of cybersecurity incident reporting, and recommending best practices for managing cyber risks. The document articulates the necessity of maintaining and securing building systems while ensuring compliance with various security and operational standards, aligning with broader government obligations in contract management and facility safety.
    The document outlines the Prelease Fire Protection and Life Safety Evaluation for an office building, as mandated by the General Services Administration (GSA) in the context of federal leasing. It is divided into two parts based on the floor location of the offered space: Part A for spaces below the 6th floor, requiring completion by the Offeror or their representative, and Part B for spaces on or above the 6th floor, which must be filled out by a professional engineer. Key components include compliance with current building and fire codes, evaluation of fire safety systems, and an extensive checklist addressing automatic fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevator accessibility. The Offeror is required to provide detailed information on the building’s structure, existing safety features, and any potential compliance issues. This evaluation is crucial for ensuring safety standards are met in federal office spaces, thus reflecting the GSA’s commitment to occupant safety and regulatory adherence.
    The document is a representation form titled "SEISMIC FORM D," used by offerors to declare exemptions from certain seismic requirements dictated by RP 8. The primary purpose is to ascertain whether a building qualifies for exemption based on its location and size. There are three specific criteria for exemption: buildings situated in low seismicity areas, buildings in medium seismicity areas with less than 10,000 ABOA square feet leased to the federal government, and one-story buildings in high seismicity areas with steel or wood construction not exceeding 3,000 ABOA square feet. The form also requires the offeror's signature and identity for validation. This documentation is pertinent in the context of federal and state/local RFPs, ensuring compliance with safety regulations while allowing for suitable exceptions based on building characteristics and geographical factors.
    The document outlines General Decision Number IL20240001, effective from July 5, 2024, regarding wage determinations for construction projects in various counties in Illinois, in accordance with the Davis-Bacon Act and relevant Executive Orders. It specifies minimum wage rates for contractors and covered workers based on contract dates and renewals, with notable increases, such as a rate of $17.20 per hour for applicable contracts initiated after January 30, 2022. Detailed classifications of laborers, like asbestos workers, electricians, and operators, are included with corresponding wage rates and fringe benefits for different counties. The document emphasizes compliance with labor standards and outlines the importance of submitting adjustment requests if job classifications are not represented in the wage determinations. This information is essential for federal, state, and local RFP processes, ensuring that contractors and workers are fairly compensated in line with federal wage laws.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DB--Oak Park Vet Center Succeeding Lease Sources Sought
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to identify potential sources for leasing space for the Oak Park Vet Center located in Forest Park, Illinois. The VA requires a property that meets specific criteria, including a 20-year lease with occupancy by November 1, 2025, a minimum of 6,211 rentable square feet, ADA compliance, and on-site parking for at least 24 vehicles, including two ADA-compliant spaces. This initiative is part of the VA's commitment to providing suitable facilities for veterans while ensuring cost-effectiveness and operational efficiency. Interested property owners or their representatives must submit detailed responses by February 7, 2025, at 10:00 AM CST, to the designated contacts, Bernetta Dorr and Julie Le Court, with the understanding that this notice is for market research purposes only and does not guarantee a lease award.
    X1DB--Burlington, VT Outpatient Clinic minimum of 40,671 to a maximum of 43,577 of ANSI/ABOA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a new outpatient clinic facility in Burlington, VT, under Request for Lease Proposal (RLP) No. 36C10F24R0015. The facility must provide compliant space ranging from 40,671 to 43,577 ANSI/ABOA square feet, designed to meet the operational and design needs of a Patient-Aligned Care Team (PACT) clinic, ensuring a patient-centered healthcare environment. This procurement is critical for enhancing healthcare delivery to veterans, emphasizing compliance with federal regulations, safety standards, and energy efficiency. Proposals are due by March 21, 2025, and interested parties should contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov for further details.
    X1DB--Santa Cruz CA for Medical Space
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of medical space in Santa Cruz, California, under Request for Lease Proposal (RLP) 36C24W24R0070. The procurement aims to secure between 13,000 and 15,500 ANSI/BOMA square feet of contiguous space for a Community-Based Outpatient Clinic (CBOC), with a lease term of 20 years and a 10-year firm period, emphasizing compliance with various federal standards including seismic safety and accessibility. This facility will play a crucial role in providing healthcare services to veterans, ensuring that the VA meets its operational needs effectively. Interested offerors must submit their proposals by February 28, 2025, at 2:00 PM PT, and can direct inquiries to VA Broker David Stonehouse at dstonehouse@isiwdc.com or 559-225-6100.
    The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for approximately 25,050 ABOA SF/not to exceed 28,181 RSF of Leased lab, office and warehouse space and 32 parking spaces
    Buyer not available
    The U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for the lease of approximately 25,050 ABOA SF (not to exceed 28,181 RSF) of lab, office, and warehouse space, along with 32 parking spaces, in Boise, Idaho. The space is intended for use as an Optical Fabrication Lab (OFL) and Veterans Mail Out Center (VMOC) and must meet specific requirements, including being non-floodplain, located on a single floor, and compliant with various structural and climate control standards. This initiative emphasizes the VA's commitment to supporting Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) in the procurement process. Interested parties must submit their EOIs by February 20, 2025, via email to the designated VA officials, with further inquiries directed to Deborah Greer at Deborah.Greer@va.gov or Teddy Seifert at Tseifert@ppwashdc.com.
    X1DB--Cheshire County, NH 29,700 to a maximum of 32,400 ANSI/BOMA NTE 37,260 RSF
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of office space in Cheshire County, NH, specifically for a Community Based Outpatient Clinic (CBOC). The procurement aims to secure between 29,700 and 32,400 ANSI/BOMA square feet of contiguous space in a modern facility that meets federal standards for healthcare environments, including accessibility and security requirements. This initiative is part of the VA's commitment to enhancing healthcare services for veterans, ensuring that the facility is equipped to provide comprehensive outpatient care. Interested parties must submit their proposals by February 19, 2025, with a pre-bid conference scheduled for January 9, 2025. For further inquiries, contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov.
    Russellville Succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking to lease approximately 10,465 rentable square feet (RSF) of medical clinical space for a community-based outpatient clinic serving Veterans in Russellville, Arkansas. The lease term is set for 10 years, with a firm commitment of 5 years, and the government is open to considering alternative space options if they are economically advantageous, although it may pursue a sole source acquisition with the current lessor if necessary. Key requirements for the property include a minimum of 70 surface parking spaces and confirmation that the property is outside the 100-year flood plain. Interested offerors must submit expressions of interest by 1:00 PM CST on February 10, 2025, including essential property and contact details, while pricing information should not be included. For further inquiries, interested parties can contact Keara Gibson at keara.gibson@va.gov or Joycellyn Williams at joycellyn.williams@va.gov.
    X1AA-- Detroit Michigan Vet Center Relocation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the relocation of the Detroit, Michigan Vet Center, seeking approximately 3,844 to 5,505 rentable square feet of contiguous space. The procurement aims to secure a facility that meets specific requirements for accessibility, security, and operational efficiency, providing essential services to veterans and their families. This initiative reflects the government's commitment to enhancing the quality of care and support for veterans, ensuring that the new center is equipped to deliver readjustment counseling and related services in a professional environment. Proposals are due by March 14, 2025, at 4 PM EST, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov for further inquiries.
    X1AA--Cincinnati VAMC Admin Lease (VA-25-00017021)
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 10,000 ANSI/BOMA square feet of office space and 100 parking spaces in Cincinnati, Ohio, primarily for administrative purposes. The ideal property should be situated on one floor, preferably the first, and located near public transportation, essential amenities, and emergency services, while also complying with safety and accessibility standards. This opportunity is significant as it aims to support the administrative functions of the VA, with a lease term of up to 20 years and estimated construction costs ranging from $5,000,000 to $10,000,000. Interested lessors, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB), must submit their documentation by February 28, 2025, and can contact Danielle Butler or Kenneth Staiduhar for further information.
    X1AA--Cincinnati VAMC Admin Lease (VA-25-00017021)
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest for leasing 10,000 ABOA square feet of administrative space and 100 parking spaces in Cincinnati, Ohio, under the presolicitation notice titled "X1AA--Cincinnati VAMC Admin Lease (VA-25-00017021)." The VA aims to identify potential sources, particularly among Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), to fulfill its requirement for a lease term not exceeding 20 years, with specific conditions such as single-floor accessibility and compliance with federal and local safety standards. Interested parties must provide detailed property information and submit their responses electronically by February 28, 2025, to assist the VA in determining the feasibility of setting aside the project for SDVOSB and VOSB concerns. For inquiries, contact Contract Specialist Kenneth Staiduhar at Kenneth.Staiduhar@va.gov.
    X1DB--NEW ORLEANS RRTP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the New Orleans Residential Rehabilitation Treatment Program (RRTP) under Request for Lease Proposal No. 36C10F24R0017, specifically aimed at Veteran-Owned Small Businesses. The procurement involves leasing at least 81,318 square feet of contiguous space in New Orleans, LA, with requirements for building quality, security, accessibility, and compliance with energy efficiency standards. This initiative is crucial for enhancing the facilities that support veterans' mental health and rehabilitation needs. Interested parties must submit their proposals by March 7, 2025, following a pre-bid conference on January 21, 2025, and can direct inquiries to Lease Contracting Officer Anntwinette Dupree-Hart via email.