X1DB--North Kansas OPC 123,283 ANSI/BOMA 135,611 RSF
ID: 36C10F25R0034Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of a new outpatient clinic in North Kansas City, MO, under Request for Lease Proposal (RLP) No. 36C10F25R0034. The project requires a facility encompassing between 107,203 and 123,283 ANSI/BOMA rentable square feet, with specific provisions for 700 parking spaces and compliance with federal regulations, including sustainability standards. This initiative is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational and design requirements tailored to their needs. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by July 24, 2025, at 4:00 PM ET, and can direct inquiries to Brad Seifert at bseifert@ppwashdc.com or (202) 652-4192.

    Point(s) of Contact
    Brad SeifertVA's Advisor: Real Estate Advisory Group, LLC
    (202) 652-4192
    bseifert@ppwashdc.com
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C10F25R0034 for the lease of office space in Northland, Kansas City, MO, with a submission deadline of July 24, 2025. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must meet specific requirements regarding space size (107,203 to 123,283 ABOA square feet), building quality, and neighborhood amenities. Offerors are required to submit pricing for alternative lease terms of 15 and 20 years, with detailed attention to security, parking (700 spaces), and accessibility standards. A preliminary virtual pre-bid conference is scheduled for June 5, 2025, with questions due by June 10, 2025. The document outlines a comprehensive selection process based on cost and technical proposals, favoring an initial best-offer without negotiations. Sustainability requirements, including ENERGY STAR certification for energy efficiency, and adherence to environmental standards are emphasized. The Government will evaluate proposals based on compliance with RLP conditions and may limit competition if too many proposals meet initial criteria. Successful bidders will undergo strict compliance assessments before contract awards, ensuring alignment with regulatory and safety standards.
    The document outlines security requirements for a Facility Security Level II (FSL II) within the federal government, particularly for the Department of Veterans Affairs (VA). It delineates responsibilities related to physical security measures, identifying critical and sensitive areas that require additional protection. Key sections include site security criteria, structural security, facility entrance security, and interior security protocols, emphasizing assessments like the Design-Basis Threat (DBT). Specific requirements detail the installation of video surveillance systems, intrusion detection systems, and blast-resistant construction practices, among others. It highlights the need for physical access control, monitoring systems, and emergency response plans. The document also underscores cybersecurity measures to safeguard building automation and control systems from potential threats. This comprehensive framework establishes a baseline for security measures crucial for protecting government facilities, personnel, and sensitive operations, while ensuring compliance with established regulations and best practices.
    The provided document outlines the spatial requirements for a new healthcare facility, specifying the size and purpose of various rooms and areas intended for medical services. Key sections include a reception area, multiple exam and consultation rooms, specialized medical storage, and staff facilities such as lounges and training rooms. It details spaces for essential functions like blood collection, imaging, and laboratory work. The layout features distinct zones, including areas for patient waiting, consultations, and specialized procedures like radiology and mental health services. The document serves as a design guideline for constructing a facility that meets healthcare delivery needs while adhering to government regulations and standards. The comprehensive breakdown of square footage indicates careful planning to ensure efficient operation within the facility.
    The provided document outlines the design plan for the North Kansas City Health Care Center (HCC), detailing the space requirements for various medical facilities and service areas. It includes specific square footage allocations for treatment and examination rooms across multiple specialties, including audiology, bariatric care, endoscopy, and prosthetics. Key areas such as operating rooms, waiting areas, nurse stations, and storage facilities are structured to support efficient patient care and workflow. The plan emphasizes dedicated spaces for multi-specialty clinics, audiology, dental services, and rehabilitation, illustrating the need for comprehensive facilities to accommodate diverse healthcare services. Additionally, utility rooms for soiled and clean materials, as well as staff amenities like lounges and locker rooms, are incorporated to enhance the working environment for medical professionals. Overall, the document serves as a vital component of a government RFP focused on healthcare infrastructure development, reflecting compliance with health regulations and aiming to optimize patient and staff experience at the new facility. This strategic layout ensures that the facility can effectively serve the community's healthcare needs while maintaining high standards of operation and efficiency.
    The document outlines the requirements for janitorial and site management services needed for a leased clinic space, specifically for the Department of Veterans Affairs (VA). It mandates the lessor to provide comprehensive cleaning services using environmentally friendly products, ensuring compliance with Joint Commission standards. Key tasks include regular cleaning schedules for different areas, including patient care, waiting rooms, and administrative spaces, emphasizing the need for high hygiene standards in clinical environments. The lessor is responsible for all cleaning materials, equipment, and labor, while adhering to safety protocols for hazardous waste and biohazard situations. Staff must be properly trained, identifiable, and background-checked, with strict guidelines for cleaning procedures to mitigate health risks. Additionally, maintenance of the building's exterior and grounds is detailed, showcasing the commitment to a safe, clean, and aesthetically pleasing facility. Overall, this RFP emphasizes the VA's goals of maintaining a high standard of cleanliness and safety in healthcare settings, aligned with sustainability practices and regulatory compliance.
    The Offering Entity Acknowledgement Form, associated with the North Kansas City, MO Community-Based Outpatient Clinic (CBOC), serves as a critical component of the proposal process under RLP No. 36C10F23Q0091. The form requires offerors to provide essential information for evaluation, ensuring compliance and responsiveness. Key details include entity identification, tax information, and the status of the authorized official within the System for Award Management (SAM). Offeror size classifications such as Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business (SB) are also noted, along with certifications relevant to the North American Industry Classification System (NAICS) code 531120. Additionally, the document captures verification requirements under VetCert. The comprehensive nature of this form highlights the necessary documentation and certifications that entities must complete to participate in federal procurement processes, thus reinforcing transparency and due diligence in government contracting. The overall purpose is to facilitate a streamlined evaluation process while ensuring all participating entities meet established federal criteria.
    The document outlines the Offeror Proposal Compliance Matrix for RLP No. 36C10F23Q0091 concerning the North Kansas City, MO CBOC. It mandates that offerors provide comprehensive documentation to ensure compliance with various requirements related to their technical and price proposals, including forms that signify their qualifications and adherence to specified criteria. Offerors must evaluate multiple areas such as architectural plans, past performance, financial information, project management plans, and operations and maintenance details. Additionally, specific entity submittals and building/site submittals are also required, addressing local zoning, ownership evidence, compliance to safety and environmental regulations, and various project-specific documents. The structure of the matrix aids in cataloging whether the required items have been submitted (via "Yes" or "No" checkboxes), fostering organization in accordance with government guidelines. Overall, the compliance matrix serves as a systematic tool to assess and validate offerors' submissions in response to the federal RFP for facility leasing, facilitating a thorough evaluation process as part of the procurement for services.
    The document appears to be inaccessible as it contains technical information regarding the need for a compatible PDF viewer, specifically Adobe Reader, to access government-related files that include federal RFPs (Requests for Proposals) and grants. The main topic likely revolves around facilitating access to government documentation, emphasizing the importance of using updated software to view content pertinent to federal and state funding opportunities. The mention of trademarks indicates adherence to software licensing while aiming to provide assistance in accessing crucial documents for potential bidders or organizations seeking funding through government channels. In essence, the need for appropriate tools to navigate governmental resources plays a significant role in ensuring stakeholders can obtain necessary information effectively.
    The document outlines the requirements for offerors responding to the Request for Proposal (RFP) from the Department of Veterans Affairs for the CBOC (Community-Based Outpatient Clinic) in North Kansas City, MO, under RLP No. 36C10F23Q0091. Offerors are instructed to fill in specified sections of the provided attachment, focusing on financial values in real dollars without formulas or copied content. Key information includes total rentable square footage, annual operating expenses, tenant improvement costs, and rent structures over a 15-year and 20-year firm term. The proposal mandates detailed monthly and annual rental rates, including fully-serviced rentals and costs associated with tenant improvements. The data requested reinforces compliance and transparency in submitting proposals. This document serves as a critical component of the federal procurement process, ensuring competitive bidding for facility leases fulfilling the Department's needs.
    The document outlines the Lessor's Annual Cost Statement, which is a requirement for rental proposals in federal leasing conducted by the General Services Administration (GSA). It aims to standardize the reporting of costs associated with providing services and utilities within leased properties, ensuring fair rental agreements that reflect local market conditions. The statement requests detailed estimates of annual costs related to services such as cleaning, heating, electrical, plumbing, and maintenance, critical for both the entire building and government-leased areas. It includes sections for specifying costs of ownership excluding capital charges, as well as expenses related to taxes, insurance, and management fees. Instructions for filling out the form emphasize the importance of accurately reflecting costs to aid in determining the fair market rental value of the space. Additionally, the form requires a certification from the lessor, confirming the accuracy of provided information. This structured approach supports compliance with federal regulations and leverages transparency in government leasing practices.
    The VA-FSC Vendor File Request Form is designed to facilitate the registration and updating of vendor information within the Department of Veterans Affairs (VA) financial systems. Vendors, including commercial entities, employees, veterans, and federal agencies, must provide details such as their contact information, payee/vendor type, and banking information for electronic funds transfer (EFT). Completion of this form is necessary for establishing or modifying a VA vendor record and includes mandatory items like the Unique Entity Identifier (UEI) from SAM.gov, Social Security Number (SSN) or Tax Identification Number (TIN), and bank account details. The form also includes sections for recording miscellaneous actions and requires a signature from an authorized representative. Vendors must submit the completed form via secure fax for processing, with typical processing times ranging from 3 to 5 business days. The document emphasizes compliance with the Privacy Act of 1974, outlining how collected information will be used. This form is essential for ensuring that vendor transactions are accurately processed within federal guidelines, thus facilitating timely payments for services rendered to the VA.
    The document presents a Past Performance Questionnaire associated with the lease of the North Kansas City, MO Community-Based Outpatient Clinic (CBOC) under RLP No. 36C10F23Q0091. It is designed for contractors/offerors to comprehensively detail their past performance on relevant projects. Key sections include contractor information, project description, and the performance evaluation rating system, which categorizes performance as Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable. Contractors must provide information on the nature of past projects, including major subcontractors, contractor management effectiveness, quality assurance, cost management, and safety compliance. The questionnaire seeks evaluations on quality of work, timeliness, customer satisfaction, management effectiveness, financial management, and safety/security adherence. References, such as contracting officers and engineers, are tasked with submitting their assessments back to the VA by a specified deadline, emphasizing the importance of thorough evaluations for the selection process. This document reflects the VA’s rigorous approach to ensuring that contractors meet high standards for Federal projects, minimizing performance risks associated with government contracts.
    The document outlines a lease agreement template (GSA TEMPLATE L100 for VA) for the leasing of premises by the U.S. Government, specifically the Department of Veterans Affairs (VA). Key components include the lease's structure, terms, and responsibilities of both the lessor and the government regarding occupancy, rent payments, and property maintenance. The Lessor agrees to provide specified premises for government use, with its rental costs detailed under various categories (shell rent, operating costs, tenant improvements) and conditions for adjustments. Sections detail the premises specifications, rent calculations, required approvals for lease alterations, and obligations related to property condition and operations during the lease term. The document emphasizes compliance with regulations and procedures, including a tax adjustment clause based on occupancy rates and the government's percentage of property usage. Contractual obligations like changes in ownership and the role of brokers in lease acquisition are also highlighted. The overall purpose aligns with government procurement practices, ensuring transparency, accountability, and the fulfillment of specific space and operational needs for the VA.
    The Architect-Engineer Qualifications (SF 330) form is utilized by federal agencies to assess the professional qualifications of architect-engineer (A-E) firms for contract selection in compliance with the Selection of Architects and Engineers statute and the Federal Acquisition Regulation (FAR). This form is divided into two parts: Part I details contract-specific qualifications, including project information, contact details, team structure, resumes of key personnel, and relevant projects, while Part II covers the general qualifications of the firm or its branch offices, including ownership type, employee distribution by discipline, and annual revenue. Agencies may set specific submission requirements and criteria for evaluation. Key personnel details, such as experience and professional registration, must be included, alongside a complete list of relevant projects that demonstrate the team's qualifications for the contract. The form aims to ensure transparency and fairness in the selection process, allowing for a comprehensive overview of the firms' capabilities and prior performance, thus fulfilling regulatory obligations in federal contracting processes.
    The document outlines the qualifications and financial information required from contractors seeking government contracts, particularly in compliance with the U.S. General Services Administration (GSA) regulations. Key sections include general organization details—such as name, address, and type of business—along with financial disclosures, including balance sheets, income statements, and outstanding debts. Contractors must provide their ownership structure, financial statements, information on relevant government debts, and details about contracts in force, including completion percentages. It also requires information regarding suppliers, banking relationships, liabilities, and previous bankruptcy filings, if applicable. The purpose of this collection of information is to assess financial responsibility before awarding federal contracts, ensuring contractors are capable of fulfilling obligations without issues of indebtedness or financial instability. This document serves as a critical framework for transparency and due diligence within government procurement processes.
    The document outlines various lessors and government entities involved in a series of federal and state/local Requests for Proposals (RFPs) and grants. It appears to be a formal compilation of potential leases, each pairing a lessor with a specific government, although the details regarding the nature of the agreements, funding amounts, or project descriptions are notably absent. The document's structure is repetitive, primarily listing lessor and government names without elaborating on the specifics of the relationships or the projects involved. This lack of detail indicates that it serves as a preliminary record for further reference in the RFP process, possibly intended for stakeholders in government and selected contractors. Overall, the document's purpose seems focused on establishing a framework for leasing agreements between various government entities and lessors, emphasizing administrative organization in support of upcoming procurement activities.
    The document outlines the solicitation provisions for acquiring leasehold interests in real property, emphasizing instructions for offerors. Key components include definitions of terms such as "proposal modification" and "discussions," and guidelines for submitting, modifying, revising, and withdrawing proposals. Offerors must adhere to submission methods, acknowledge any amendments, and can only propose revisions if permitted by the Contracting Officer. Late proposals have specific conditions for acceptance, and offerors must comply with confidentiality requirements if their proposals contain restricted data. The evaluation process emphasizes best value proposals without rejecting any based on informalities. The document also specifies procedures for preaward compliance evaluations for contracts exceeding $10 million, detailing execution protocols for lease agreements. Additionally, it highlights the necessity of SAM registration for offerors and stipulates conditions under which leases may not be awarded due to floodplain considerations. The provisions are designed to ensure a fair and transparent procurement process while adhering to federal regulations.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, standardized under the GSA Form 3517B. It includes critical stipulations regarding lease agreements, emphasizing subletting, assignment rights, performance obligations, payment terms, and compliance with applicable laws. Each clause is referenced with its respective Federal Acquisition Regulation (FAR) or General Services Administration Regulation (GSAR) number. Key provisions detail the responsibilities of lessors for maintaining property, implications of fire damage, and the procedures for payment, emphasizing prompt payment and the conditions under which payments can be adjusted. The document also mandates compliance with labor standards, including equal opportunity principles and the non-discrimination of workers. Additionally, the clauses address the importance of cybersecurity and prohibit contracting for certain telecommunications services linked to national security threats. This structured approach ensures a comprehensive legal framework for lessors and the government, facilitating structured acquisitions and secure property management while enforcing ethical standards and operational transparency in government contracts. Overall, it serves as an essential guide for compliance in federal RFPs regarding property leasing and management.
    The document outlines the requirements for completing the prelease form for office spaces offered to the government, specifically concerning fire protection and life safety evaluations conducted according to the General Services Administration (GSA) guidelines. It is divided into two parts: Part A, for spaces below the 6th floor, requires completion by the Offeror or their representative, while Part B, applicable to spaces on the 6th floor or higher, must be completed by a licensed professional engineer. Part A includes questions about building information, fire protection systems, emergency lighting, and exit routes, while Part B necessitates a comprehensive narrative report detailing compliance with fire safety codes, occupancy specifics, and any identified deficiencies. The report must provide insights on emergency systems, hazards, building construction types, and any violations noted by local authorities. The document emphasizes the importance of adhering to safety standards and requires documentation of all findings and corrective actions to ensure compliance with applicable codes. The thorough evaluation and its reporting serve to guarantee that government-occupied spaces meet stringent safety criteria before acceptance of tenancy.
    The document outlines the Certification of Building Energy Performance for a project under RLP No. 36C10F23Q0091 located in North Kansas City, MO. This certification asserts that the project's energy performance complies with the energy efficiency requirements outlined in the Department of Energy (DOE) regulations, specifically 10 CFR Part 435, which pertain to energy conservation performance standards for commercial and high-rise residential buildings. The certification requires the signature of the certified Architect-Engineer firm, along with pertinent details such as the project manager's information and professional registration. This document emphasizes the federal government's commitment to energy-efficient building practices and compliance with established regulations, reflecting accountability in federal projects as part of broader efforts in sustainable building initiatives. It serves as an essential component in the context of federal Requests for Proposals (RFPs) and grants, ensuring that all projects meet prescribed energy performance standards.
    The document is a Request for Lease Proposals (RLP) from the Department of Veterans Affairs for a Community-Based Outpatient Clinic in North Kansas City, MO. It emphasizes labor standards and compliance with federal wage regulations. Key provisions include requirements for contractor overtime compensation, maintaining payroll records, and ensuring compliance with the Davis-Bacon Act. Contractors must pay employees weekly and adhere to prescribed wage rates for labor classifications. Additionally, there are specific guidelines for employing apprentices and trainees, stipulating that they must be registered in approved programs. The document outlines consequences for non-compliance, such as withholding funds and potential debarment from federal contracts. Overall, the RLP underscores the importance of fair labor practices and regulatory adherence in federal construction projects to safeguard worker rights and ensure compliance with federal labor standards.
    The document outlines the requirements for a representation regarding certain telecommunications and video surveillance services or equipment, as mandated by federal regulations. It emphasizes that Offerors (property owners) must disclose if they provide or use "covered telecommunications equipment or services" that are prohibited under Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Key provisions include a prohibition against contracts involving such equipment or services, with specific exceptions related to certain connectivity services. The representation involves submitting specific disclosures if the Offeror indicates they do provide or use covered telecommunications. The form requires detailed information, including identification of the producing entities of any covered equipment or services, descriptions, and intended use to ensure compliance with these prohibitions. The document's structure includes definitions, procedural guidelines, and sections for Offeror representations and disclosures, aiming to prevent the procurement of potentially harmful telecommunications technologies in government contracts while adhering to national security requirements.
    The Veterans Affairs (VA) is seeking proposals for the installation of six Electric Vehicle Supply Equipment (EVSE) Level 2 chargers, including one accessible charging stall. The Lessor is required to assess the current electrical infrastructure and determine its capacity to support the installation of electric vehicle chargers while planning for potential future expansions. The project must comply with accessibility standards and ensure compatibility with the GSA Fleet WEX Card for usage. Key tasks include conducting a site assessment to analyze electrical capacity, preparing a report outlining current utility capabilities, confirming if new electrical services are necessary, documenting any utility-related discussions, and providing rough order of magnitude (ROM) estimates for proposed changes. A Registered Professional Electrical Engineer must oversee the assessment, ensuring adherence to applicable electrical safety standards. Deliverables include detailed reports and documentation specifying recommended actions and potential EVSE-related incentives. The project aims to improve the infrastructure necessary for electric vehicles at VA facilities, ensuring efficient energy usage and compliance with federal standards while supporting the growing demand for electric vehicle charging options.
    The document outlines the Agency Specific Requirements (ASR) package for RLP No. 36C10F23Q0091, issued by the Department of Veterans Affairs (VA) for a project in North Kansas City, MO. It includes several appendices containing critical information for contractors and stakeholders, such as the Program for Design (PFD), Project Room Contents List (PRC), Lease Design Narrative (LDN), and detailed specifications for the facility's security and information transport systems. Additional documents cover janitorial and site management services. The package emphasizes adherence to specified design and operational standards, ensuring the project meets the VA's requirements for facility upgrades and maintenance. This ASR is central to facilitating the selection process for contractors and ensuring compliance with governmental regulations and expectations for facility enhancements intended to serve veterans effectively.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-bid Conference to facilitate communication between the VA and industry representatives regarding the requirements for a proposed Outpatient Clinic (OPC). This clinic will encompass 123,283 ANSI/BOMA square feet and include 700 parking spaces, as part of Request for Lease Proposal (RLP) No. 36C10F23Q0091 published on SAM.gov. Interested parties must register in advance by sending a completed registration table to Brad Seifert via email by 4:00 PM ET on March 22, 2024. Additionally, any questions related to the RLP must be submitted electronically by 4:00 PM ET on April 5, 2024. The conference is scheduled for March 27, 2024, at 9:30 AM in Northland, Kansas City. This event emphasizes the VA’s commitment to transparency and collaboration with potential contractors in the bidding process for this significant healthcare facility project.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-bid Conference for potential contractors regarding Request for Lease Proposal (RLP) No. 36C10F25R0034. This conference aims to clarify requirements for an outpatient clinic (OPC) encompassing 123,283 ANSI/BOMA square feet and providing 700 parking spaces. Interested participants must register by submitting a provided form to Brad Seifert via the specified email by June 4, 2025. Additionally, all questions must be electronically submitted by June 10, 2025, as outlined in Section 3.02 of the RLP. The virtual conference is scheduled for June 5, 2025, at 11:00 AM ET. The document serves as a formal announcement, establishing the framework for communication between the VA and industry stakeholders regarding this significant development project, emphasizing compliance and clarity in the bidding process.
    The Combined Synopsis/Solicitation Notice pertains to a lease contract for the North Kansas City Veterans Affairs (VA) Outpatient Clinic (OPC), covering over 123,283 ANSI/BOMA rentable square feet. The contracting office is located in Washington, DC, and the response deadline for interested service-disabled veteran-owned small businesses (SDVOSBC) is July 24, 2025. Relevant documentation is attached, including templates, agency-specific requirements, program design, and various forms necessary for compliance with the solicitation process. Key contacts include Brad Seifert, the advisor from Real Estate Advisory Group, and Cynthia White, the Lease Contracting Officer. The project signifies the VA's commitment to providing adequate healthcare facilities for veterans, focusing on detailed specifications for design, construction, security, and operational requirements. The solicitation process is governed by federal regulations, emphasizing transparency and accountability in contracting. Stakeholders are encouraged to review the attached documents to prepare thorough proposals aligned with these requirements.
    This document serves as an amendment to a previous combined solicitation (No. 36C10F25R0034) for the construction and facility management of the VA Operation Center in Kansas City, Missouri. The submission deadline for responses is set for July 24, 2025, at 4 PM Eastern Time. This solicitation is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside and is categorized under the NAICS code 531120. The contracting office, under the Department of Veterans Affairs, is located in Washington, D.C. The amendment includes references to attached documents, including an updated pre-bid registration form. The document outlines the point of contact for inquiries, providing details for VA's advisor, Brad Seifert, along with his email and phone number. Emphasizing the importance of participation in the bidding process, this amendment indicates ongoing efforts to enhance VA facilities in alignment with federal mandates and veteran services.
    The document outlines an amendment to a previously issued Combined Solicitation for the VA OPC in Kansas City, MO, under solicitation number 36C10F25R0034. It specifies various administrative details such as the response deadline, which is set for July 24, 2025, at 4:00 PM ET. The Department of Veterans Affairs is managing this solicitation, with contact details provided for the Real Estate Advisory Group representative, Brad Seifert. The amendment relates to the earlier solicitation, referencing multiple attachments that include a pre-bid conference presentation, a final transcript of the conference, and a Quality Assurance log. The NAICS code for the project is 531120, and while Recovery Act funds are not indicated, the solicitation does specify a Small Business Administration (SBA) set-aside. This document is part of a broader effort to procure necessary services and address facility management needs for the Veterans Affairs office. The content is structured to provide essential solicitation information while directing reviewers to attached documents for further details.
    This document is an amendment to a previous combined solicitation related to the construction and management of a Veterans Affairs office in Kansas City, MO, designated as RLP No 36C10F25R0034. The contracting office is located at the Department of Veterans Affairs in Washington, DC, with a response deadline set for July 24, 2025, at 4:00 PM Eastern Time. The opportunity is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aligns with the NAICS code 531120, which pertains to real estate property management. The main point of contact for this solicitation is Brad Seifert from the Real Estate Advisory Group, LLC, who can be reached via email or phone. The amendment number three is referenced in the document, indicating ongoing updates or changes to the solicitation. Overall, this document serves to inform stakeholders about the amendments and provide essential details for responsible parties to respond appropriately to the solicitation within the defined timeframe.
    The Northland Community-Based Outpatient Clinic (CBOC) in Kansas City is embarking on a significant expansion project, designated as "23-08-10," to add a third operating room (OR) and facilitate various renovations based on virtual endoscopy and surgical feedback changes. The initiative involves a detailed design program outlining a comprehensive plan, including 465 rooms across different departments, with a total net area of 67,015 square feet and a gross area of 101,997 square feet. Key functional areas include outpatient services like the Patient Aligned Care Team (PACT) clinic, audiology, dental, and mental health clinics, along with critical surgical and procedural facilities. Essential spaces such as exam rooms, waiting areas, procedure rooms, and administrative offices are integral to enhancing patient care and operational efficiency. The project reflects the federal government's commitment to improving healthcare infrastructure to better serve veterans and the community, ensuring compliance with established standards and bolstering service delivery capacities within the healthcare system.
    The Northland Kansas City Community-Based Outpatient Clinic (CBOC) is undergoing an addition project aimed at enhancing surgical and outpatient services. This project, initiated on July 22, 2021, and projected to reach a midpoint in 2024, focuses on the integration of various areas, including outpatient clinics and surgical support services. Key components include multiple communications rooms, a surgery integration server room, and extensive outpatient facilities tailored for patient-aligned care teams (PACT). The inclusion of specialized areas, such as a surgery center, an endovascular service section, and mental health clinics, emphasizes a comprehensive approach to veteran healthcare. The facility aims to house state-of-the-art technology and ensure privacy, following strict guidelines for operational efficiency and safety. This upgrade reflects the government's commitment to improving healthcare access and quality for veterans in Missouri, particularly through organized funding mechanisms like federal grants and local RFPs. The document provides a detailed inventory of room usages and functional areas critical to the CBOC's operational framework without disclosing sensitive information due to privacy regulations. Overall, the project enhances service delivery and demonstrates a significant investment in community-based healthcare resources.
    The VA Leased Community Based Outpatient Clinic (CBOC) Design Narrative outlines the performance standards and requirements for the design and construction of VA-leased outpatient clinics. The document serves as a guide for architects and contractors, ensuring compliance with applicable codes, standards, and the VA's Prototype for Standardized Design. Key sections include general requirements, planning and design criteria, and technical narratives covering site, architecture, mechanical, plumbing, and electrical systems. It emphasizes patient-centered design principles and functional requirements, particularly for medical spaces like surgical and outpatient rooms. Safety and accessibility features are crucial, such as separate entrances, acoustic considerations, and specialized equipment accommodations. It specifies compliance with various regulatory standards, including NFPA, IBC, and ASHRAE, and highlights the importance of maintaining a positive patient experience while meeting operational needs. The document represents a comprehensive approach to creating efficient, safe, and welcoming healthcare facilities for veterans, combining technical specifications with best practices in design and construction.
    The document outlines specifications for various functional areas within healthcare facilities, focusing on room identification, dimensions, construction materials, mechanical requirements, and electrical needs. It highlights key details for a range of spaces, including exam rooms, consultation areas, procedure rooms, laboratories, and office spaces, emphasizing adherence to Federal Guidelines Institute (FGI) standards and ASHRAE 170 requirements. Each room category contains unique specifications such as indoor temperature control, humidity levels, sound isolation criteria (STC ratings), and minimum air changes per hour and outlet requirements. Notably, areas like procedure rooms and exam rooms require specific environmental controls for patient safety and comfort, maintaining a focus on operational efficiency and compliance with relevant regulations. Overall, the document serves as a comprehensive guide for planning and constructing healthcare facilities, reinforcing the government's commitment to provide functional and regulatory-compliant environments essential for effective healthcare delivery and patient care.
    The document outlines the specifications for the Community Based Outpatient Clinic (CBOC) Information Transport Systems managed by the Department of Veterans Affairs. It details the design requirements for telecommunications infrastructure, including network cabling, patch panels, cabinets, and power distribution systems. Key components include Category 6A cabling for data transmission, specific cabinet arrangements to support redundant power systems, and guidelines for telecommunications room design. The specifications emphasize the importance of compliance with national standards, such as ANSI/TIA and NEC, ensuring a robust and efficient telecommunications framework. The document also addresses environmental considerations, specifying proper bonding practices and fire safety regulations. It provides comprehensive details about equipment dimensions, wiring protocols, and outlet configurations geared towards modern healthcare IT operations, ultimately aiming to enhance patient service delivery in outpatient settings. This contract document serves as a critical resource for contractors and engineers responding to government RFPs related to VA facility upgrades, fostering adherence to technical standards necessary for infrastructure improvements across healthcare facilities.
    The document serves as a comprehensive checklist for the design and planning of Telecommunications Rooms (TR) within various facilities, ensuring compliance with the Infrastructure Standards for Telecommunications Spaces and relevant design templates. The checklist comprises essential criteria spanning architectural, telecommunications, mechanical, and electrical aspects of TR design. Key architectural requirements include proper sizing, not exceeding proximity to water sources, strategic placement in multi-story buildings, and adequate access points. Telecommunications sections focus on the inclusion of appropriate cabling specifications, rack arrangements, and terminal management, ensuring sufficient pathways for effective cable distribution. Mechanical guidelines stress the importance of dedicated cooling systems for network racks and environmental monitoring. The electrical section outlines critical power distribution requirements, including backup systems in healthcare facilities, ensuring redundancy to minimize failures. This documentation aligns with government RFPs and grants by providing structured guidance to architects, engineers, and contractors working on telecommunications infrastructures, ultimately enhancing facility reliability and performance while maintaining regulatory compliance. It underscores the importance of deliberate planning and detailed execution to support modern communication needs in healthcare and other sectors.
    The document outlines a Request for Lease Proposal (RLP No. 36C10F25R0034) for a new outpatient clinic by the Veterans Affairs (VA) in Northland, Kansas City. It serves as an agenda for the pre-bid meeting and details the project's expectations, including a fully serviced lease of between 107,203 to 123,283 ABOA square feet across a maximum of two contiguous floors, with provisions for 700 on-site parking spaces. The RLP emphasizes the need for compliance with federal regulations, accessibility standards, and sustainability through Green Globes certification. Key points include submission requirements, such as a technical and price proposal, environmental assessments, and evidence of site control. The evaluation will use a best-value trade-off approach, considering technical merit and pricing. Emphasis is placed on the timeline, with questions due by June 10, 2025, and proposals due by July 24, 2025. The document remains pre-decisional, stressing procurement integrity and responsiveness to government standards. This RLP exemplifies government procedures for soliciting proposals for federal projects, aiming to promote competition while ensuring aligned interests with local and federal regulations.
    The document addresses the VA Northland project in Kansas City, outlining a series of questions and responses relevant to the leasing process and project specifications. Key aspects include the anticipated award date projected for Q4 FY 2026, the responsibilities regarding shell-priced items, compliance with Green Globes certification for new constructions, and energy efficiency stipulations. Clarifications surrounding construction elements, such as plumbing requirements, the necessity for specific elevator counts, and parking specifications, are highlighted, emphasizing adherence to outlined codes and standards. The document also addresses logistical considerations, such as maintenance obligations for patient lifts and electric vehicle charging infrastructure. Overall, it reflects the VA’s commitment to ensuring clarity in contracting expectations while adhering to regulatory standards.
    The Pre-bid conference focused on the Request for Lease Proposals (RLP) for a new outpatient clinic in Northland, Kansas City, MO. The conference aimed to clarify project requirements and promote competition among potential offerors. Key points of the RLP include the need for a fully serviced lease ranging from 100,000 to 135,611 rentable square feet and specific site conditions such as two contiguous floors and 700 on-site parking spaces. Proposals must comply with numerous standards, including environmental assessments and accessibility requirements. The evaluation will weigh both price and non-price factors, such as location and design quality, with a preference for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors are instructed to submit their proposals along with proper documentation by July 24, 2025, with questions due by June 10, 2025. The conference emphasized adherence to security measures and operational requirements as critical to the proposal's success. This initiative reflects the federal government's commitment to enhancing healthcare infrastructure while ensuring compliance with rigorous standards.
    The Department of Veterans Affairs issued Amendment No. 3 to Request for Lease Proposal (RLP) No. 36C10F25R0034 concerning the Northland Kansas City outpatient clinic. This amendment clarifies a previous mistake regarding the set-aside classification on SAM.gov, which incorrectly changed from a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside to a Total Small Business set-aside. The amendment reiterates that the procurement remains designated as a SDVOSB project, ensuring that no alterations were made to the RLP's set-aside criteria. The deadline for initial offers is confirmed to be July 24, 2025, at 4:00 PM ET. The document concludes with signatures from the Lease Contracting Officer, Cynthia White, affirming its validity. This communication reflects the government's commitment to transparency and clarity within the federal procurement process, specifically in supporting veteran-owned businesses.
    This document serves as an amendment to Request for Lease Proposal (RLP) No. 36C10F25R0034 by the Department of Veterans Affairs for the Northland Kansas City, MO Outpatient Clinic. Issued on June 20, 2025, the amendment includes essential documents for interested parties: a Questions and Answers document, a Pre-Bid Conference Slide Deck, and a Transcript of the Pre-Bid Conference. The due date for submitting Initial Offers remains unchanged, set for July 24, 2025, at 4:00 PM ET. The amendment is signed by Cynthia White, the Lease Contracting Officer, confirming its authenticity. This amendment aims to provide clarity and additional resources to prospective offerors, underscoring the process of securing a lease for the outpatient clinic as part of the federal government's commitment to veterans' healthcare services.
    The document pertains to an amendment regarding Request for Lease Proposal (RLP) No. 36C10F25R0034, issued by the Department of Veterans Affairs for the Kansas City Outpatient Clinic. The amendment, dated May 28, 2025, primarily updates the Pre-Bid Conference Registration Form, replacing the previous version with a revised document. This updated form is attached to the amendment and signals a necessary change for prospective offerors engaged in the leasing proposal process. The amendment concludes with required signatures from both the Lease Contracting Officer, Cynthia White, and the offeror. This document illustrates the ongoing procedural updates integral to federal RFP processes and maintains transparency and accessibility for potential proposal candidates.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.
    Oklahoma City Overflow Parking
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of approximately 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. The selected offeror will be responsible for the design, construction, maintenance, and operation of the facility, which must meet DVA specifications for various amenities, including fencing, gates, shuttle waiting areas, and video surveillance. This procurement is crucial for accommodating the parking needs of veterans and their families visiting the medical center, with a firm lease term of 10 years and an optional additional 10-year term, anticipated to commence on October 1, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel at miranda.kloeppel@va.gov, with an estimated tenant improvement budget between $251,000 and $500,000.
    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.
    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--Santa Maria Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    Yukon, OK CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of 22,155 to 26,586 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses and aims to provide expanded healthcare services for veterans, including primary care, mental health, and various specialty services. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025, and the anticipated lease commencement date is November 15, 2026. Interested parties can contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    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.