X1AA--Hyannis/Cape Cod Vet Center - Relocation
ID: 36C24125R0053Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the leasing of office space for a new Vet Center in Hyannis, Cape Cod, Massachusetts. The requirement is for a minimum of 3,969 rentable square feet and a maximum of 4,168 rentable square feet, designed to accommodate VA personnel, furnishings, and equipment, while ensuring effective co-location of staff to serve veterans. This initiative underscores the VA's commitment to enhancing services for veterans by providing a professional and aesthetically pleasing environment that meets specific operational needs, including security and accessibility features. Interested parties must submit their lease proposals by February 14, 2025, at 4:00 PM EST, and can contact Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.

    Point(s) of Contact
    Jennifer FioreContracting Officer
    603-624-4366 x 5831
    jennifer.fiore@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking to lease office space for a Vet Center in Hyannis, Cape Cod, MA, with a requirement of 3,969 to 4,168 rentable square feet. The location should accommodate VA personnel, furnishings, and equipment while ensuring effective staff co-location to serve patients. Interested parties must submit lease proposals by February 14, 2025, at 4:00 PM EST. The agreement aims to provide a professional and aesthetically pleasing environment for the center. Additional specifications include various attachments detailing space requirements, signage standards, janitorial and security requirements, and necessary forms for proposal submissions. This initiative emphasizes the VA's commitment to enhancing services for veterans by securing a suitable operational facility in the designated area.
    The document outlines the delineated boundary map for the Sandwich, Cape Cod Vet Center. The area is defined geographically as follows: to the North by Sandwich Road/Route 6A, to the East by the boundary from Willow Street to Yarmouth Road, to the South by Route 28 extending to Greatneck South and Redbrook Road, and to the West by Route 28. This boundary definition is likely for the purpose of facilitating federal and state grants, RFPs, or local government initiatives related to veteran services. The document serves as a critical reference point for stakeholders involved in planning, executing, or funding projects aimed at supporting veterans in the Sandwich area, ensuring clarity in geographic limitations for engagement and service delivery.
    The Department of Veterans Affairs (VA) is seeking to lease contiguous clinical space for a new Vet Center, focusing on optimal service delivery for veterans. The space must be in a professionally constructed building and sized to support various clinical services. The lease should be fully serviced, encompassing janitorial, security, and internet services. The document outlines specific room requirements for functional areas, including waiting areas, offices, counseling rooms, and telecommunication facilities, emphasizing accessibility and technical needs. Security measures include monitored alarms, CCTV systems, and duress alarms to ensure safety for staff and clients. Design elements are specified, reflecting a commitment to quality finishes and ADA compliance. Signage and sound masking systems are also outlined to enhance accessibility and privacy. This comprehensive request reflects federal investment in veteran care and the VA’s commitment to establishing a supportive environment for veterans and their families.
    The document outlines guidelines for room signage color coordination in relation to paint and floor finishes in a government project. Specifically, it stipulates that the color of signs must harmonize with the overall aesthetic of the space as determined by the chosen paint and flooring materials. This instruction ensures a cohesive and visually appealing environment within the specified areas, which is likely part of a broader initiative outlined in federal or state RFPs or grant documents that emphasize design consistency and compliance with architectural standards. Adhering to these guidelines will aid in maintaining a professional and unified appearance throughout the facility, possibly enhancing usability and functionality.
    The Vet Center Exterior Signage Guide, published by the U.S. Department of Veterans Affairs, provides authoritative standards for all exterior signage associated with Vet Centers. The guide emphasizes the importance of adhering to local codes, maintaining the integrity of the Vet Center branding, and obtaining prior approval from the VA for any signage designs. Key sections cover preferred installation methods, including channel letters on raceways, and various secondary applications such as lightboxes and monument signs. Each signage type is detailed with specific design, color, and material specifications, ensuring consistency in branding and visibility. The document outlines the responsibilities of lessors in providing and maintaining signage, along with logistical instructions for installation, inspection, and potential repairs. Emphasis is placed on compliance with the Americans with Disabilities Act (ADA) regarding signage accessibility. This guide serves as a vital reference for contractor compliance, ensuring that signage accurately represents the Vet Center’s mission of supporting veterans while meeting regulatory standards.
    The document outlines the detailed requirements for janitorial services to be provided by the Lessor during the lease of premises occupied by the Government. It specifies a comprehensive service schedule aimed at maintaining cleanliness and hygiene across various areas. Daily tasks include emptying trash, sweeping, cleaning restrooms, and maintaining common areas, while services are categorized into frequencies ranging from daily, three times a week, weekly, biweekly, monthly, biannually, annually, and every five years. Additional responsibilities encompass maintaining landscaping, providing pest control using Integrated Pest Management techniques, and ensuring proper indoor and outdoor maintenance. The emphasis is on evaluating performance based on results rather than methods or frequency of service, underscoring a results-oriented approach. This document serves as a critical component of federal RFP processes, clarifying expectations for service quality and compliance within the scope of federal agreements.
    The government document outlines the Security Requirements for Level I facilities, emphasizing essential security protocols that must be integrated into the building's design and operations. It defines critical areas requiring restricted access, noting that physical access control systems (PACS) should be installed at employee entrances and other designated points, with coordination from the Federal Protective Service (FPS). The document stipulates visitor access control measures, the implementation of a formal key control program, and the protection of emergency generator locations. Additional security elements include properly securing video surveillance and intrusion detection systems, as well as maintaining landscaping to enhance visibility. Cybersecurity measures are crucial, forbidding interconnectivity between building access systems and federal IT networks and recommending adherence to national cybersecurity frameworks. The Lessor must ensure proper handling of information related to building security and emergency procedures and cooperate with a Facility Security Committee responsible for maintaining security standards throughout the lease term. Overall, these measures reflect the government's commitment to ensuring safety and security across its facilities.
    The GSA Template 3516 outlines solicitation provisions for acquiring leasehold interests in real property within federal frameworks. It defines crucial terms such as "discussions," "proposal modification," and "submissions," emphasizing the importance of adherence to submission deadlines and formats. Offerors must submit proposals in prescribed formats, acknowledge amendments, and may withdraw proposals before awards. Late submissions are only permissible under specific conditions. The document details requirements for pre-award compliance evaluations for contracts exceeding $10 million and specifies signing procedures based on the type of lessor entity. It also addresses protest procedures, facsimile proposals, floodplain restrictions, and necessary registration within the System for Award Management (SAM) before contract awards. This template serves as a guideline for parties interested in government leases, emphasizing transparency in evaluation and contracting processes, compliance with federal regulations, and the need for proper identification through unique entity identifiers. Its comprehensive structure ensures clarity and consistency in government solicitations for real property leases, reinforcing the importance of responsible contracting practices.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property, specifically related to federal government contracts. It emphasizes key aspects such as definitions, subletting, maintenance requirements, payment procedures, and compliance regulations affecting both lessors and the government. Key clauses include mechanisms for addressing defaults by the lessor, rights for government inspection, terms for subordination and non-disturbance, as well as provisions for adjustments related to illegal activities and cost adjustments. It also addresses contractor conduct, ensuring ethical compliance, equal opportunity mandates, labor standards, and cybersecurity requirements. The document serves to provide a standardized framework within which federal real property leases operate, reflecting compliance with applicable laws, protection of government interests, and clear guidelines for financial transactions. Overall, it establishes foundational duties and rights of both parties while aiming to mitigate risk and ensure accountability in leasing arrangements across government levels.
    This document outlines the response to a Request for Lease Proposals (RLP) by the General Services Administration (GSA) for leasing office space. It details essential lease terms such as rent rates, lease duration, tenant improvement costs, and parking requirements. The document is structured into sections that cover building information, financial aspects, and certifications regarding property conditions, such as energy efficiency and compliance with safety standards. Key elements include the initial shell rent offer, amortization details, operational costs, total rentable square footage, and specific conditions regarding parking. Additionally, it addresses provisions for renewal options and free rent offerings, alongside requirements concerning building standards related to fire protection, asbestos presence, seismic safety, and accessibility. The summary indicates that the document serves as a structured proposal format for lease agreements, emphasizing compliance with federal requirements in leasing government properties while ensuring all necessary financial and property details are transparently communicated. This comprehensive approach allows for informed decision-making by federal agencies considering the leasing of office space.
    The Lessor's Annual Cost Statement is designed for the General Services Administration (GSA) to evaluate and document the estimated annual costs associated with leased properties. It comprises two main sections: the first details the estimated costs of services and utilities provided by the lessor, including cleaning, heating, electrical, plumbing, and more, for both the entire building and the government-leased area. The second section focuses on ownership costs exclusive of capital charges, addressing financial aspects like real estate taxes, insurance, and maintenance costs. The form also includes a certification from the lessor affirming the accuracy of the provided estimates. Additionally, it emphasizes the necessity of aligning rental charges with prevailing community standards. The document serves as a critical tool for ensuring transparency and cost-effectiveness in government leasing actions, facilitating the assessment of fair market value for rented spaces. As part of the Paperwork Reduction Act, it seeks to streamline data collection while ensuring compliance with federal regulations concerning property leasing.
    The General Services Administration (GSA) outlines requirements for fire protection and life safety evaluations for offered office building spaces. The evaluation is conducted through two parts based on the floor level of the offered space: Part A, applicable to spaces below the 6th floor, is completed by the Offeror or their representative, while Part B is a detailed report prepared by a licensed fire protection engineer for spaces on or above the 6th floor. Key content includes compliance checks with local building codes, automatic fire sprinkler systems, fire alarm systems, emergency exits, and elevator safety provisions. Part A involves answering questions pertaining to the building's fire safety features, whereas Part B necessitates a comprehensive inspection report, including occupancy classifications, construction types, emergency egress details, and existing violations. Findings must outline any deficiencies, recommended corrective actions, and relevant code references, ensuring that all evaluation components meet safety standards prior to government acceptance of the space. The document emphasizes the critical importance of fire safety measures and compliance in government-operated buildings, reinforcing the legal and safety responsibilities of Offerors during submission processes for federal contracts.
    The document is a compilation of government Request for Proposals (RFPs), federal grants, and state/local RFPs, focusing on procurement opportunities and funding sources. It outlines various grant programs and RFPs available for different stakeholders, detailing eligibility criteria, application processes, and funding limits. Additionally, there are mentions of deadlines, project scopes, and deliverables expected from prospective applicants. The structure consists of organized sections dedicated to each program or opportunity, with emphasis on legal compliance and submission guidelines. The key purpose of this document is to inform potential applicants about various funding and procurement opportunities within federal and state government frameworks, fostering transparency and accessibility. The document serves as a resource for organizations seeking financial assistance or contractual work related to government projects. Overall, the emphasis is on ensuring compliance with government regulations while encouraging participation in available programs.
    The document outlines representation requirements regarding certain telecommunications and video surveillance services or equipment as stipulated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that Offerors must disclose their engagement with covered telecommunications equipment or services which may be prohibited from use in government contracts. Key sections highlight definitions of critical terms, legal prohibitions against using such equipment, and procedural obligations for Offerors, including reviews of exclusion lists and specific disclosures if certain conditions are met. This representation ensures that federal agencies only procure compliant telecommunications systems, aiming to safeguard national security by preventing the acquisition of potentially compromised technology. Offerors must certify whether they will provide or use covered telecommunications equipment and provide detailed information if they fall under specified categories that may affect their eligibility for contracts. Compliance is crucial for maintaining transparency and security in federal contracting, reflecting the government's commitment to responsible procurement practices.
    The document outlines a lease agreement between the Lessor and the U.S. Government, specifically the Department of Veterans Affairs (VA), for a property located in Hyannis, MA. The lease spans 20 years with a 10-year firm term and details various terms including the premises size, rental calculations, and alterations. It describes rights granted to the Government, such as parking spaces and usage of telecommunications equipment, while setting forth the rental payment structure and conditions for adjustments. The lease articulates the responsibilities of both parties concerning building conditions, renovation standards, and compliance with federal regulations. The Lessor must complete specified construction before Government acceptance and is responsible for various operational costs. Additionally, notable provisions such as termination rights, modifications to the lease in case of ownership change, and pre-acceptance conditions are included. This document serves to ensure adherence to federal standards while providing necessary workspace for VA operations, highlighting the Government's focus on secure, operational, and compliant leasing arrangements conducive for service fulfillment.
    The VA Request for Lease Proposals (RLP) No. 36C24125R0053 seeks offers for a 20-year lease of 3,969 to 4,168 rentable square feet in Hyannis, Massachusetts, with proposals due by February 14, 2025. The document outlines the requirements for the leased space, including location constraints, building quality, neighborhood amenities, and specific facility features like dedicated parking and security measures. Proposals will be evaluated based on compliance with these requirements, with a focus on efficiency, accessibility, and environmental considerations. Preferences are given to historic properties, with substantial documentation needed to verify compliance with regulations concerning asbestos, fire safety, energy efficiency, and environmental assessments. The successful offeror must adhere to strict guidelines for tenant improvements and lease execution protocols. Detailed pricing terms, a complete evaluation of financial suitability, and proof of ownership or authorization for lease submission are also required. This RLP exemplifies the government’s structured approach to acquiring commercial space while ensuring compliance with various federal standards and regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.
    X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a new Primary Care Annex in West Palm Beach, Florida, under Request for Lease Proposal (RLP) No. 36C248-25-R-0031. The VA seeks a contiguous space of 11,886 to 12,000 ABOA square feet, with specific requirements including at least 100 reserved parking spaces and compliance with various standards such as accessibility, fire protection, and energy efficiency. This facility will play a crucial role in providing primary care services to veterans in the area, emphasizing the importance of modern and accessible healthcare infrastructure. Interested offerors must submit their proposals by 3:00 PM ET on January 26, 2026, to Javier Correa Ochoa, the Lease Contracting Officer, at javier.correaochoa@va.gov.
    G004--Emergency Housing for Veterans in Central Massachusetts Northampton VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought notice to identify qualified vendors capable of providing emergency housing and supportive services for homeless veterans in Worcester County, Massachusetts, specifically from the Northampton VA Medical Center. The procurement aims to secure contracted residential services that include secure housing, meals, laundry, transportation, and case management, with a focus on helping veterans achieve stable housing and improve their overall health. Interested parties must submit their capability responses by December 31, 2025, at 8 AM EST, via email to Glorimar Estevez Cortorreal at glorimar.estevezcortorreal@va.gov, and must be registered in the System for Award Management (SAM) and VISTA to be eligible for future solicitations. The NAICS code for this opportunity is 624221 (Temporary Shelters), with a size standard of $13.5 million.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    Succeeding Lease for Jacksonville CBOC
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking a succeeding lease for the Jacksonville 1 Community-Based Outpatient Clinic (CBOC) located in Jacksonville, North Carolina. The requirement includes a minimum of 15,000 Rentable Square Feet (RSF) to accommodate office space, waiting areas, corridors, restrooms, record functions, and staff support, all of which must comply with the Uniform Federal Accessibility Standards. This facility is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical support in a compliant and functional environment. Interested parties can contact Troy Dolby at troy.dolby@va.gov for further information, noting that the VA intends to negotiate a lease term of up to 20 years without issuing a solicitation or request for proposals.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.