X1DB--Gardena CBOC-Sources Sought Notification (revised terms)
ID: 36C24W25R0031Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

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

    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Gardena, California, as part of a sources sought notification. The procurement aims to secure between 9,000 to 10,500 ABOA square feet of contiguous space to support healthcare services for veterans, with a lease term proposed for 20 years and specific requirements for accessibility, parking, and compliance with federal standards. This opportunity is critical for enhancing the VA's healthcare delivery capabilities, ensuring that veterans receive quality care in a suitable environment. Interested parties must submit their proposals by March 17, 2025, and can direct inquiries to Contract Specialist Ralph Fontela at raphael.fontela@va.gov or John Paul Niega at johnpaul.niega@va.gov.

    Point(s) of Contact
    Ralph FontelaContract Specialist
    raphael.fontela@va.gov
    John Paul Niega
    johnpaul.niega@va.gov
    Files
    Title
    Posted
    The document outlines the Request for Lease Proposals (RLP) No. 36C24W25R0031 issued by the VA for a new lease in Gardena, CA, with submissions due by March 17, 2025. It specifies that the Government requires between 9,000 to 10,500 ABOA square feet of contiguous space within defined geographic boundaries and includes detailed requirements regarding the type of building, lease term, parking, and amenities. The lease term is proposed for 20 years, with certain termination rights after a 15-year firm period. Key considerations include stipulations for efficient layout, environmental assessments, compliance with seismic and accessibility standards, and a preference for historic properties. Submissions must also adhere to federal environmental regulations and fulfill energy efficiency standards as mandated by the Energy Independence and Security Act. Offers will be evaluated based on defined criteria, with an emphasis on both technical merit and cost-effectiveness, including pricing for tenant improvements and other capital requirements. The document represents a structured solicitation process in line with government contracting standards, emphasizing compliance and sustainability while providing opportunities for eligible offerors to compete for federal lease contracts.
    This document outlines the terms and conditions of a lease agreement between a lessor and the United States government, specifically the Department of Veterans Affairs (VA). The lease encompasses a property intended for government use, establishing a 20-year term with a 15-year firm period, subject to specific termination and renewal rights. It details the premises, annual rental rates, and provisions for parking space usage. Notably, the government will pay for the premises through a structured rent system encompassing shell rent, operating costs, and tenant improvement allowances. Key clauses include rights for alteration proposed by the government, the responsibilities of both parties regarding property maintenance and improvements, and processes for tax adjustments based on occupancy rates and changes in real estate taxes. Additionally, the lease includes mechanisms for terminating or renewing the agreement and guidelines for handling unexpected property ownership changes. This document serves as a formal framework for government property management and leasing practices, ensuring compliance with federal standards and providing clarity in obligations between the government and the property lessor.
    The Gardena Selection Criteria document outlines the essential requirements for evaluating potential lease facilities for the VA Long Beach Healthcare System's Community-Based Outpatient Clinic (CBOC). Key criteria include a minimum of 10,000 square feet of usable space, proximity to the VA Long Beach facility (less than 30 minutes driving time), and sufficient parking spaces—33 for staff and 30 for veterans. Public transportation accessibility and visibility from main roads are also prioritized. The document further specifies detailed space allocations for different clinical functions, including waiting areas, exam rooms, and administrative offices. Additionally, compliance with the VA's engineering standards for materials and finishes is mandatory, ensuring all installations align with established guidelines. This document serves as a critical framework for assessing leasing proposals, reinforcing the VA's commitment to meet staff and patient needs efficiently while maintaining high operational standards. The comprehensive criteria facilitate secure, quality care for veterans within optimal facilities.
    The document outlines the security requirements for federal leased facilities designated as Level II. It details obligations for lessors regarding employee access control, visitor screening, securing critical areas, and ensuring proper identification verification protocols within government-controlled spaces. The security measures aim to protect against various threats, as outlined by the Design-Basis Threat concept, and emphasize the necessity for post-award risk assessments to customize security to specific facility conditions. Key aspects include stringent access controls for critical and operational areas, management of common spaces, landscaping guidelines to deter concealment, and outlined responsibilities for security system design, installation, and maintenance, including video surveillance and intrusion detection systems. It emphasizes the importance of maintaining cybersecurity protocols, preventing connection of building systems to government IT networks. Overall, the document serves as a comprehensive guideline to ensure the safety and security of federal facilities, aligning with government protocols and risk management standards for public access and operational integrity while advancing security infrastructure developments.
    This government document outlines the solicitation provisions for the acquisition of leasehold interests in real property, emphasizing crucial procedural and regulatory requirements. Key sections address definitions for terms related to proposal modifications, submission, and withdrawal, including important stipulations regarding late submissions. It asserts that proposals must be in writing, require acknowledgment of amendments, and outlines compliance evaluations for contracts over $10 million. The document details execution guidelines for lease contracts, including signatures needed based on the type of lessor, and includes protest procedures applicable to lease agreements. It emphasizes that offerors must be registered in the System for Award Management (SAM) prior to contract award and provides disclosures about federal acquisition supply chain security. Overall, this guideline serves to ensure fair and transparent leasing practices while providing clarity on legal and procedural responsibilities for all involved stakeholders in the procurement process.
    The document outlines the general clauses pertaining to the acquisition of leasehold interests in real property by the federal government, primarily through the General Services Administration (GSA). It catalogs essential clauses that govern definitions, subletting, successors, compliance, payment terms, auditing, performance obligations, and labor standards. Key clauses include definitions that stipulate the meanings of terms used within the lease, rules governing subletting and assignment, and stipulations on maintenance and inspection obligations of the lessor. Payment procedures are detailed, emphasizing timely payment and conditions for interest penalties on late payments. Additionally, provisions for dispute resolution, labor standards maintaining equal opportunity, and compliance with federal laws are integral parts of the lease structure. The document ensures adherence to ethical conduct, cybersecurity requirements, and regulations to protect the government’s interests regarding contractors and subcontractors. This summary reflects the critical regulatory and operational framework aimed at ensuring transparency, responsibility, and compliance in federal lease agreements, vital to maintaining effective governmental operations.
    This government document presents a Request for Lease Proposals (RLP), detailing various aspects of leasing space, primarily aimed at Federal government needs. The proposal includes sections on rent, tenant improvements, operating costs, and several financial components such as amortization interest rates and specific allowances per square foot. Key elements include the building’s specifications, available parking spaces, and compliance with legal standards such as fire protection and accessibility. The document outlines the process for rental negotiations, including potential for free rent or space, renewal options, and any deviations from standard leasing requirements. Additionally, it addresses fiscal accountability by requiring detailed breakdowns of costs associated with construction or improvements necessary to meet lease terms. Emphasizing an organized structure, the document seeks to ensure both parties understand obligations, costs, and conditions associated with the leased property. Overall, the proposal aims to facilitate efficient leasing processes while adhering to governmental standards and regulations.
    The document outlines the Lessor's Annual Cost Statement required by the General Services Administration (GSA) for evaluating the costs associated with leasing properties for government use. It details two primary sections: estimated annual costs for services and utilities provided by the lessor within the building, and separate estimated annual costs of ownership, excluding capital charges. Key components include calculations for cleaning, heating, electrical, plumbing, air conditioning, and various operational expenses related to maintenance, utilities, and salaries for building management. Additionally, it requires identifying and justifying costs related to real estate taxes, insurance, lease commissions, and administrative fees. The GSA emphasizes the necessity of providing accurate cost estimates to ensure competitive rental rates consistent with the local market. The form ultimately aims to gather comprehensive financial information to inform decisions on government leasing proposals, ensuring transparency and adherence to federal guidelines while facilitating effective fiscal management.
    The General Services Administration (GSA) Fire Protection and Life Safety Evaluation document outlines the requirements for assessing fire safety in office buildings based on their floor level. It distinguishes between two parts: Part A for spaces below the 6th floor and Part B for those on or above it, emphasizing the need for compliance with local building and fire codes, particularly the National Fire Protection Association (NFPA) standards. Part A requires the Offeror or their representative to provide general building information and details regarding fire protection systems, including automatic fire sprinklers and alarm systems, through a series of specific yes/no questions. Part B mandates a licensed professional engineer to perform a comprehensive inspection, documenting building conditions, fire hazards, occupancy classifications, and exit strategies while addressing any code violations and recommending corrective actions. This evaluation ensures that buildings meet safety criteria before they can be leased by the government, reflecting the GSA's commitment to maintaining safe environments. The document’s structure allows consistent evaluations and enforces compliance with fire safety regulations as part of federal requirements for RFPs and grants aimed at ensuring public safety in federal spaces.
    The document outlines the procedures and requirements for seismic compliance in federal leasing projects, focusing on the completion of specific forms (A through F) that contractors and engineers must submit. Forms A and B involve pre-award submittals certifying seismic compliance for benchmark and existing buildings, respectively. If a building does not meet seismic standards, Form C commits to retrofitting an existing structure or using specified design codes for new constructions. Form D allows for exemption claims under certain conditions related to building size and seismicity. Post-award Forms E and F confirm that retrofitted and newly constructed buildings comply with seismic safety standards. The document specifies the qualifications required for engineers, relevant seismic standards (ASCE/SEI 31 and ASCE/SEI 41), and definitions crucial for understanding the forms. The purpose is to ensure that federal leasing entities prioritize safety and compliance in seismically vulnerable regions, reflecting a commitment to protecting life and property in federal buildings. Overall, this serves as a comprehensive guide for maintaining high seismic standards within federally owned and leased infrastructures.
    The document outlines requirements for offerors regarding telecommunications and video surveillance services or equipment in the context of federal contracting. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits procuring equipment or services that utilize covered telecommunications technologies. Specifically, offerors must indicate whether they will provide such technologies and whether they use them after conducting a reasonable inquiry. Detailed disclosures are required if offerors answer affirmatively to these questions, including information about the equipment or services offered, the manufacturers involved, and the proposed use of the technology. The document also instructs offerors to check the System for Award Management (SAM) for excluded parties related to covered telecommunications. The form must be returned to the local contracting officer or their designee, underscoring the significance of transparency and regulatory compliance in federal contracts. Overall, the representation serves as a precautionary measure to mitigate risks associated with national security and ensure that government contracts do not support prohibited technologies.
    The document outlines the ADA certification requirements for lessors submitting offers under a federal government request for proposals (RFP). It certifies that the lessor must comply with the Americans with Disabilities Act accessibility standards, with an option to indicate if any sections will not be met, demanding clarification on such exceptions. Furthermore, it includes a section for the lessor/payee's information, detailing required data such as name, address, contact number, and email, which will be reflected on the lease contract if the offer is successful. The document concludes with a space for the offer's signature and the initialing of both the lessor and government representatives, confirming their agreement. Overall, the purpose of this file is to ensure compliance with accessibility regulations and establish clear identification of parties involved in the potential lease agreement.
    The Pre-Lease Building Security Plan outlines a comprehensive evaluation process for an office building intended for government lease. It requires the Offeror to conduct a detailed walkthrough of the premises, assessing security features such as the building layout, emergency systems, utility protections, and perimeter security. The Offeror must also provide photographs, building dimensions, and detailed descriptions of safety measures. A crucial aspect includes assessing the building's facade and window systems, particularly under guidelines for bomb blast mitigation, necessitating an evaluation by a registered Professional Engineer for compliance. The document mandates a statement from the engineer affirming the completeness of their assessment, accompanied by a plan for any required corrective actions. Additionally, it stresses the importance of a robust emergency notification system and specific security protocols to ensure the offered space meets government security standards. Overall, the document serves as a guideline for preparing a secure and compliant building offer in line with federal and local government requirements, emphasizing adherence to safety protocols and documentation standards.
    The document titled "EXHIBIT M" appears to be part of a collection related to federal government Requests for Proposals (RFPs) and grants at various governmental levels. However, the content provided does not furnish any details regarding projects, guidelines, or specific requirements typically associated with RFPs or grants. The lack of substantive information limits the ability to identify precise topics, key points, or a structured outline within this document. Without additional context or data, the purpose of the document remains unclear, and it cannot be summarized in terms of actionable insights or relevant details applicable to prospective applicants or stakeholders. Overall, the document requires further information to yield any meaningful analysis or summary pertinent to government funding processes.
    The Infection Control Risk Assessment Guidelines for the VA Desert Pacific Healthcare Network focus on managing infection risks during construction activities within healthcare facilities. The document outlines four categories of construction project activities (Types A to D) based on the level of dust generation and patient risk—ranging from non-invasive tasks to major demolition and renovation. It also categorizes patient areas based on risk, from low (administrative spaces) to highest risk (ICU and operating rooms). The guidelines assign precaution classes (I-V) to each activity type and risk level, detailing necessary infection control measures before, during, and after work, such as dust suppression techniques, isolation of HVAC systems, and specific cleaning protocols using HEPA filters. Furthermore, the document emphasizes the importance of monitoring and managing environmental concerns, including asbestos and other hazardous materials, to ensure patient safety and compliance with health regulations. Requested permits must detail the project specifics, and daily logs must be maintained to track compliance with safety measures and infection control protocols. This comprehensive approach reflects the VA's commitment to maintaining a safe healthcare environment during construction activities.
    The "OEHRM Site Infrastructure and End User Device Requirements" document outlines the technical and physical infrastructure requirements for the Department of Veterans Affairs' electronic health record modernization project. It emphasizes the need for robust wide area networks (WAN), local area networks (LAN), and wireless LAN (WLAN) systems to support the deployment of Electronic Health Records (EHR) at various VA facilities. Key specifications include minimum data bandwidth, dual circuit configurations, and geographical diversity for network connections. Furthermore, it establishes design needs for end-user devices, including PCs, tablets, printers, and medical devices, emphasizing compliance with federal standards and integration capabilities with the Cerner EHR system. The document also details essential power, heating, ventilation, and air conditioning (HVAC) infrastructure considerations vital for maintaining a controlled environment for technology systems. By illustrating these prerequisites, the document facilitates strategic planning for technology deployment, ensuring interoperability, user satisfaction, and security within the VA's healthcare network. Regular updates to the document are planned to reflect technological advancements and lessons from implementation, thus reinforcing the necessity of continuous improvement in infrastructure alignment with modern healthcare delivery.
    The Past Performance Questionnaire is designed for Offerors (Landlords/Lessors) seeking a federal lease award, specifically under VA RLP # 36C24W25R0031. This assessment focuses on the past performance of competing Offerors and requires them to provide relevant tenant feedback through a structured questionnaire. Offerors must indicate if they have relevant past performance and, if not, submit the form without further completion. For those with past performance, the questionnaire involves gathering evaluations from current or former tenants across several criteria, including change order pricing, schedule adherence, budget management, and responsiveness to maintenance, safety, and security issues. Each criterion offers evaluators a rating scale ranging from "Excellent" to "Unsatisfactory," along with an opportunity to suggest improvements for the Offeror's performance. The completed evaluations contribute confidentially to the proposal, ensuring integrity in the selection process. The document underscores the importance of demonstrated performance history in the procurement process for government leases, facilitating informed decision-making for lease contract officers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DB--LA Vet Center (Gardena) 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for the LA Vet Center located in Gardena, California. The procurement aims to secure a clinical space that is accessible, well-maintained, and suitable for providing various counseling services to veterans and their families, with specific requirements for building specifications, safety standards, and tenant improvements. This opportunity is critical for enhancing the support services available to veterans, ensuring compliance with federal regulations, including fire safety, seismic safety, and accessibility standards. Interested parties should contact Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345 for further details, with proposals due by March 13, 2025.
    San Gabriel Valley CBOC Relocation
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to lease approximately 18,764 ABOA square feet of clinical space for a Community-Based Outpatient Clinic (CBOC) in the San Gabriel Valley, California. The VA requires an existing property that meets accessibility standards, security design criteria, and includes a minimum of 47 parking spaces. This opportunity is crucial for providing healthcare services to veterans in the region, and the lease term may extend up to twenty years with termination rights after five years. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their proposals by February 28, 2025, to David Andersen at the VA's Regional Procurement Office West, with further details available via email at david.andersen@va.gov.
    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 for a Community-Based Outpatient Clinic (CBOC) in Hagerstown, MD. The procurement aims to establish a facility that meets the healthcare needs of veterans, adhering to the Patient Aligned Care Team (PACT) model and incorporating modern design standards for accessibility, security, and energy efficiency. This initiative is crucial for enhancing the delivery of healthcare services to veterans, ensuring compliance with federal regulations and quality standards. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025. Interested parties can contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov or (304) 263-0811 ext. 2033 for further information.
    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 specific requirements including modern construction, adequate parking, and compliance with various safety and accessibility standards. This initiative is crucial for enhancing healthcare services for veterans in the region, ensuring that the facility meets operational needs while adhering to federal regulations. Interested parties must submit their proposals by February 28, 2025, at 2 PM PT, and can direct inquiries to VA Broker David Stonehouse at dstonehouse@isiwdc.com or 559-225-6100.
    Greeley, CO (Weld County)
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest for a 20-year lease of a Community Based Outpatient Clinic (CBOC) in Greeley, Colorado, specifically within Weld County. The procurement aims to secure approximately 13,021 ABOA square feet of space, with a firm term of 10 years and a non-firm term of 10 years, to enhance facilities for veterans and ensure they receive essential medical services in suitable environments. Interested parties must comply with specific requirements, including seismic standards, zoning regulations, and the provision of at least 150 parking spaces, with submissions due by February 20, 2025. For further inquiries, interested vendors can contact Tenielle Cook at Tenielle.Cook@VA.Gov or Patti Lorensen at Patti.Lorensen@va.gov.
    X1DB--FY24 New/Relocation: Community Based Outpatient Clinic Palm Bay
    Buyer not available
    The Department of Veterans Affairs is seeking to lease a Community Based Outpatient Clinic (CBOC) in Palm Bay, Florida, with a focus on providing acupuncture and chiropractic services. The procurement aims to secure approximately 18,121 to 19,486 square feet of contiguous clinical space that meets specific requirements for accessibility, security, and modern healthcare delivery, including comprehensive services such as janitorial and internet provisions. This initiative is crucial for enhancing healthcare accessibility for veterans, ensuring that the facility adheres to federal guidelines and standards for quality and safety. Interested parties must submit their proposals by February 24, 2025, at 2 PM EST, and can direct inquiries to Lease Contracting Officer Chennel Davis at Chennel.davis@va.gov or by phone at 352-222-1941.
    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.
    X1DB--New Superseding - Redding Clinical Annex
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a new medical office lease in Redding, California, as the current lease is set to expire on February 29, 2028. The VA requires approximately 9,999 ANSI/BOMA office area square feet, with a maximum rentable space of 12,851 square feet, and on-site parking for at least 60 vehicles, while ensuring compliance with Federal safety standards and avoiding locations within the FEMA 100-year flood plain. This procurement is crucial for maintaining the VA's medical services in the area, and interested parties must submit detailed proposals by February 21, 2025, outlining space details and accessibility, with inquiries directed to Lease Contract Specialist Jessica Nonaka at jessica.nonaka@va.gov or by phone at 916-364-3177.
    Looking to Lease in Cambridge, MN New Community Outpatient Clinic (CBOC) space SDVOSB Set-Aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a new Community-Based Outpatient Clinic (CBOC) space in Cambridge, Minnesota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement requires a facility ranging from 21,224 to 26,954 ANSI/BOMA square feet, with strict adherence to various federal, state, and local codes, including accessibility and security standards. This clinic will serve as a vital healthcare resource for veterans, emphasizing patient-centered care and operational efficiency. Proposals are due by March 4, 2025, and interested parties should contact Robert Hausman at robert.hausman2@va.gov or Ryan M Miller at Ryan.Miller11@va.gov for further details.
    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.