X1DB--RLP 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
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    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, Vermont, under Request for Lease Proposal (RLP) No. 36C10F24R0015. The facility must provide between 40,671 and 43,577 ANSI/ABOA square feet of compliant space, adhering to modern construction standards and various federal regulations, including energy efficiency and accessibility requirements. This initiative is crucial for enhancing healthcare services for veterans in the area, ensuring they receive quality outpatient care in a well-equipped environment. 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 information.
    X1AA- Health Services Research & Development (HSR&D) Admin RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the leasing of office space for the VA Ann Arbor Healthcare System, specifically under the Health Services Research & Development (HSR&D) Admin RLP. The procurement aims to secure a facility that accommodates between 16,429 to 22,179 rentable square feet, including 90 parking spaces, with a lease term of up to 20 years and options for early termination. This initiative is crucial for enhancing healthcare infrastructure for veterans, ensuring compliance with security, accessibility, and environmental standards. Interested parties must submit their proposals by March 26, 2025, and can direct inquiries to Danielle Butler at danielle.butler1@va.gov or Theodore Posuniak at theodore.posuniak@va.gov.
    X1AA- Lease for Amarillo, TX Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA square feet of office space for a Vet Center in Amarillo, Texas. The selected location must meet specific criteria, including the provision of at least 20 parking spaces (with ADA-compliant options), and must not be situated within FEMA's 1% annual chance floodplain, while also adhering to zoning, accessibility, and proximity requirements to amenities and public transport. This initiative is part of the VA's commitment to enhancing facilities for veteran services and promoting small business participation in federal contracting, with a lease term anticipated to last up to 20 years, including a firm 5-year term. Interested vendors must demonstrate SDVOSB or VOSB status and submit their responses by 5 PM CST on March 19, 2025, to the designated contacts, Dominic Mabine and Nicholas "Britt" Williams, at the provided email addresses.
    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.
    X1DZ--Space for Lease in Northeast Philadelphia, PA for Veteran's Center RSF: 5,390 | NUSF: 3,992
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of space in Northeast Philadelphia, PA, specifically for a Veteran's Center, with a requirement of approximately 5,390 rentable square feet and 3,992 net usable square feet. The leased facility will support essential services for veterans, emphasizing accessibility, security, and compliance with federal standards, including specific room configurations and technological infrastructure. Proposals are due by March 24, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.
    X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for a Comp & Pen clinic located in San Diego, California. The procurement aims to secure approximately 13,065 ABOA square feet of space that meets specific healthcare facility standards, including compliance with seismic safety, environmental considerations, and security requirements. This facility will play a crucial role in providing essential services to veterans, ensuring accessibility and patient-centered care as outlined in the Patient Aligned Care Team (PACT) model. Interested offerors must submit their proposals by March 31, 2025, and can direct inquiries to Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking to lease up to 41,300 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for veterans. The facility must be compliant with the Americans with Disabilities Act (ADA) and local building codes, providing various health services, including primary care and mental health, while ensuring significant parking availability and adherence to stringent technical specifications. This initiative is crucial for enhancing healthcare services for veterans, emphasizing patient privacy and accessibility. Interested parties must submit their proposals by 1:00 p.m. CST on March 20, 2025, and should contact Lease Contracting Specialist Christina Richardson at Christina.Richardson1@va.gov for further details.
    Eugene Vet Center New Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Eugene Vet Center located in Eugene, Oregon. The procurement aims to secure a minimum of 5,000 square feet of modern facilities that meet specific requirements, including adequate parking and accessibility, while adhering to energy efficiency standards as mandated by the Energy Independence and Security Act. This opportunity is crucial for providing veterans with accessible and efficient services, and proposals will be evaluated based on layout efficiency, seismic safety, and sustainability. Interested parties must submit their proposals by April 3, 2025, and can contact Kisha Rambo at Shkisha.Rambo@va.gov or Kenneth Chapman at Kenneth.chapman3@va.gov for further information.
    X1GD--Saginaw Warehouse Succeeding Lease GREX ID DMI12527-001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a succeeding lease of the Saginaw Warehouse located in Saginaw, Michigan, with a total space requirement of at least 10,000 ABOA square feet on a single floor. The procurement aims to secure a facility that meets specific operational and security standards, including compliance with Facility Security Level II requirements, which necessitate robust physical security measures and tenant improvements. This lease is critical for supporting the VA's mission to provide suitable premises for veterans, ensuring safety and operational efficiency. Interested parties must submit their proposals by March 14, 2025, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or by phone at 317-697-9786.