X1DB--MONROEVILLE CBOC: NOTICE OF INTENT TO AWARD SUCCEEDING LEASE
ID: 36C24723R0013Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

PSC

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

    The Department of Veterans Affairs intends to award a succeeding lease for the Monroeville Community-Based Outpatient Clinic (CBOC) in Monroeville, Alabama. The procurement seeks a 10-year lease (5 years firm) for approximately 2,600 square feet of space, with proposals evaluated based on building condition, accessibility, fire safety, and energy efficiency standards. This initiative is crucial for providing adequate healthcare facilities for veterans, ensuring compliance with health and safety regulations, including environmental considerations. Interested offerors must submit their proposals by March 10, 2023, and can contact Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further details.

    Point(s) of Contact
    Michael Elisha JamesContracting Officer
    (813) 447-0780
    michael.james6@va.gov
    Files
    Title
    Posted
    The document outlines the requirements for completing the prelease form concerning office space offered by the General Services Administration (GSA). It divides the process into two parts based on the floor level of the offered space: Part A for spaces below the 6th floor and Part B for spaces on or above the 6th floor. Part A is completed by the Offeror and includes questions related to fire protection systems, building information, automatic fire sprinkler systems, and emergency lighting. Part B requires a professional engineer to produce a detailed narrative report evaluating fire safety conditions and compliance with relevant codes for higher-level spaces. The engineer must assess building safety features, exit means, and fire suppression systems, providing corrective recommendations for deficiencies. Both parts emphasize adherence to the latest building and fire codes. The document serves to ensure safety standards in government-operated buildings and facilitate the legal leasing process while ensuring proper fire protection and life safety measures are in place.
    The document outlines the terms and conditions of Lease No. 36C24723L0004 between the Lessor and the U.S. Government, managed by the General Services Administration (GSA). It specifies the premises being leased, which includes office space and appurtenant areas, along with detailed provisions regarding rent, lease term, and maintenance responsibilities. Key points include the acceptance of the premises in their existing condition, annual rent amounts, and provisions for alterations requested by the Government. The lease encompasses rights related to parking areas and utilities, and addresses renewal and termination rights. The Lessor must fulfill specific performance requirements, and there are clauses regarding building improvements and tenant finishes, which must comply with local codes and GSA standards. The document reinforces the commitment to regulatory compliance while ensuring that all terms align with GSA policies concerning real estate leasing. It serves as part of federal initiatives to secure appropriate space for governmental operations efficiently and cost-effectively.
    The document outlines a proposed floor plan for a new building to be leased for Veterans Affairs. It details the overall building size of 4,013 square feet, with a net usable square footage of 2,602 square feet and common space measuring 576 square feet. The layout includes various examination rooms, staff offices, a lounge, and facilities for specimen collection, among other spaces tailored for mental health consultation. The design is by McKee and Associates, located in Montgomery, Alabama, signifying their role in creating a functional environment for healthcare services aimed at veterans. This proposal falls within the context of government RFPs, indicating a governmental initiative to improve healthcare facilities catering to veterans' needs through structured leasing arrangements. Overall, the emphasis is on creating a comprehensive space that meets both clinical and operational requirements for effective mental health support services.
    The document outlines security requirements for federally leased facilities classified at Security Level II. It emphasizes the responsibilities of the lessor regarding access control, surveillance, and security measures, aimed at protecting critical areas housing vital systems. Key requirements include the implementation of employee access control systems, the securing of critical areas with high-security locks, and the provision of visitor access controls during and after business hours. The lessor must accommodate public areas efficiently while maintaining strict access control measures for government-controlled spaces. Security systems, including video surveillance and intrusion detection systems, must be designed, installed, and maintained in consultation with government security representatives. Landscaping must minimize concealment risks, and facilities must include certain structural protections, such as secured windows and strategically placed emergency generators. A construction security plan is necessary to safeguard building integrity during development works. Additionally, provisions regarding cybersecurity measures are included to protect essential technology from malicious attacks. The document serves as guidance for lessors to ensure the safety and security of federal properties in compliance with government standards and protocols.
    The document outlines the provisions related to the acquisition of leasehold interests in real property by the federal government. It includes instructions for offerors, submission guidelines, conditions for proposal modifications, and requirements for compliance evaluations regarding equal opportunity. Key elements highlight the importance of correctly submitting proposals, including potential late submissions, and detail the requirements for offerors regarding entity identification and registration in the System for Award Management (SAM). The government will award leases based on the best value determination, and all submissions must adhere to rules regarding data disclosure, compliance evidence, and lease execution by respective parties. Additionally, the document emphasizes that offers meeting specific provisions, such as avoiding floodplains and maintaining proper entity registration, will improve the chances of acceptance. This solicitation provision framework is indicative of federal procurement processes aimed at ensuring competitive and transparent bidding for lease agreements.
    This document outlines the general clauses governing the acquisition of leasehold interests in real property for the federal government, detailing essential obligations for both the Government and the Lessor. The clauses are categorized into sections covering general provisions, performance, payment, standards of conduct, adjustments, audits, labor standards, subcontracting, and cybersecurity. Key provisions include terms related to subletting, assignment, successors bound, and conditions surrounding tenant modifications. Payment instructions establish payment schedules and the basis for penalties due to late payments. Labor standards emphasize equal opportunity and non-discrimination commitments. The document also stipulates cybersecurity requirements, including safeguarding controls and the prohibition of contracting with entities associated with compromised telecommunications. Overall, the purpose is to establish a clear regulatory framework for real estate transactions involving government agencies, ensuring compliance with federal laws and standards while protecting government interests. These clauses ensure accountability, facilitate audits, and reinforce ethical practices during the leasing process.
    This document is a proposal for leasing space in response to a specific Request for Lease Proposals (RLP) number. It lays out crucial details concerning the premises, including the building name, address, floors offered, rentable space, load capacity, measurement methods, and year of last renovation. Key financial information is presented, detailing rates for tenant improvements and associated costs, amortization terms, and total rental costs. Additionally, the proposal includes specific lease terms, conditions, and parking arrangements that the government requires and highlights any necessary adjustments or free rent offerings. The document emphasizes compliance with federal standards regarding building characteristics, safety, and accessibility, while also addressing financial aspects such as improvement fees and adjustments for vacant premises. It details the owner's identification and certification, including their interest in the property and any representative authority. Overall, the proposal seeks to secure a lease by aligning with government requirements while outlining the financial and structural expectations of both parties involved in the rental agreement.
    The Lessor's Annual Cost Statement is a form utilized by the General Services Administration (GSA) for acquiring leased space by establishing rental charges reflective of prevailing local rates. This document includes two sections: the Estimated Annual Cost of Services and Utilities and the Estimated Annual Cost of Ownership, excluding capital charges. In Section I, lessors must provide detailed cost estimates for various services and utilities, including cleaning, heating, electrical, plumbing, air conditioning, and maintenance, both for the entire building and the specific area leased to the government. Section II requires lessors to itemize costs related to ownership, such as real estate taxes, insurance, management, and maintenance, which will help the government assess the fair market value of the property. Additionally, a certification must be completed by the lessor to validate the provided estimates. The overall objective is to ensure the government is charged fairly and consistently with market values. By adhering to these outlined costs and processes, the GSA aims to maintain transparency and accountability in its leasing operations.
    This document outlines security countermeasures and pricing requirements as part of a Request for Proposals (RFP) for government leasing. It comprises a detailed Security Unit Price List that requires prospective offerors to specify unit prices for various security measures pertinent to the leased facility, such as access control, intrusion detection systems, and landscaping security features. The total costs from these security measures must be reflected on GSA Form 1364 as Building Specific Amortized Capital (BSAC) and will be fixed upon lease award. Essential elements include compliance with "Security Requirements," maintaining a security committee collaboration, and the necessity for signage identifying the space as governmental. The document emphasizes the importance of providing detailed proposals that adhere to specified security standards to ensure a safe environment in government facilities. This structured approach ensures clarity in expectations and financial commitments related to security in government housing and operations.
    The Department of Veteran Affairs is conducting a past performance evaluation for landlords competing for a lease at the Monroeville CBOC. This questionnaire serves to assess the qualifications of potential lessors based on previous leasing experiences. Offerors must validate their relevant past performance within the last three years, such as leasing office space, medical offices, or government properties. If past performance is applicable, they are required to collect feedback from three tenant references on specific service criteria, including build-out, cost control, and lease administration performance. Respondents will rate the lessor's performance on a scale from "Exceptional" to "Unsatisfactory" across various domains, such as budget adherence, responsiveness to maintenance and safety issues, and overall satisfaction. The results will help determine the best candidates for the lease award, highlighting the significance of satisfactory past performance in government contracting processes. Feedback will be confidential and used solely for the evaluation process.
    The Request for Lease Proposals (RLP) No. 36C24723R0013 seeks offers for a 10-year lease (5 years firm) for approximately 2,600 square feet of space in Monroeville, Alabama, with proposals due by March 10, 2023. The Government will evaluate submissions based on various requirements outlined in the RLP, including the condition of the building, accessibility, fire safety, and energy efficiency standards. Key requirements include a modern building with necessary tenant improvements, secured parking spaces, and compliance with health and safety regulations, particularly concerning asbestos and environmental considerations. Offerors must submit standard forms, detailed pricing information, construction plans, and evidence of financial commitments. The selected proposal will be awarded the lease based on compliance with these terms and conditions. This document acts as a formal solicitation within the framework of federal leasing agreements, ensuring government requirements align with industry standards while promoting solicitations from eligible vendors, including small businesses. The process emphasizes transparency and thorough assessment to maintain government integrity and operational needs.
    Similar Opportunities
    Laramie, WY CBOC Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified lessor for a lease agreement to provide a Community Based Outpatient Clinic (CBOC) facility in Laramie, Wyoming, encompassing between 7,541 and 9,049 ABOA square feet. The facility aims to enhance access to primary and mental health care services for Veterans, replacing the existing mobile medical unit and ensuring continuity of care during the transition. This procurement is critical for improving healthcare access and patient satisfaction among the local Veteran population. Interested parties must submit proposals by November 18, 2004, and can direct inquiries to Tenielle Cook at Tenielle.Cook@VA.Gov or William Maddox at William.maddox@va.gov.
    Sources Sought - Belton MO CBOC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Expressions of Interest for leasing approximately 14,805 ABOA square feet (up to 16,656 RSF) of medical space for a Community Based Outpatient Clinic (CBOC) in Belton, Missouri. The property must meet specific criteria, including being on the ground floor, contiguous, and located away from floodplains and incompatible uses, while also providing suitable parking for deliveries and accessibility to public transport and amenities. This initiative is part of the VA's commitment to expanding healthcare facilities for veterans and encourages participation from veteran-owned businesses, with anticipated construction costs ranging from $5 million to $10 million and a proposed lease term of ten years. Interested parties must submit detailed property information by November 15, 2024, and can contact Jan M Carlson at jan.carlson@va.gov or 913-946-1136 for further inquiries.
    X1AA--Campbell County CBOC New/Replacing Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 5,000 ANSI/BOMA office area (ABOA) square feet of contiguous space in LaFollette, TN, for a Community Based Outpatient Clinic (CBOC). The leased space must include a minimum of 25 on-site parking spaces, with specific requirements for handicap accessibility, and should ideally be located on the first floor of a Class A building that meets current building, seismic, and accessibility codes. This full-service lease will require the lessor to manage all utilities, janitorial services, and facility maintenance, with a lease term of up to 10 years being considered. Interested parties must submit their expressions of interest, including detailed property information and a Capabilities Statement if applicable, to Lease Contracting Officer Martin Frazier at martin.frazier@va.gov by 12:00 PM Central Time on October 30, 2024.
    X1DB-- Up to 2 years- Extension - Succeeding Lease Oakland, CA - 29,683 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 29,683 ANSI/BOMA Office Area (ABOA) within a medical building in Oakland, California, as its current lease is set to expire. The objective is to potentially extend the lease for up to two years, with occupancy required by June 15, 2025, and the intention to Sole-Source the lease to the existing building owner, although alternate space proposals are welcome if they present economic advantages. This opportunity is crucial for the VA to maintain its operational capabilities in the region while adhering to legal rental value limitations. Interested parties must submit their expressions of interest by November 8, 2024, at 4 PM Eastern Time, and can direct inquiries to Mayra I Rosa at mayra.rosa@va.gov.
    X1AA--Oscoda Clinic Lease New/Replacing Lease (14,000-NUSF)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a lease of 14,000 ANSI/BOMA square feet of space in Oscoda, Michigan, intended for use as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations and potential sources for the lease, which may extend for a term not exceeding 20 years, and includes requirements for 100 parking spaces and compliance with federal and local regulations. This opportunity is particularly significant for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) registered at www.vip.vetbiz.gov, as the government is conducting market research to determine if the acquisition should be set aside for these entities. Interested parties must respond by November 11, 2024, at 3:00 P.M. local time, and can direct inquiries to Lisa Newlin at lisa.newlin@va.gov or Lee Grant at Lee.Grant@va.gov.
    X1AA--West Branch VA Clinic Lease (VA-25-00008711)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 22,000 ABOA square feet of space in West Branch, Michigan, to be utilized as a Community-Based Outpatient Clinic (CBOC). The procurement aims to identify suitable locations that meet specific requirements, including accessibility to public transportation and proximity to essential amenities, while ensuring compliance with federal and local government standards. Interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their responses by November 15, 2024, at 3:00 P.M. local time, and can contact Lisa Newlin at Lisa.Newlin@va.gov or Lee Grant at Lee.Grant@va.gov for further information.
    X1DB--Junction City, KS Outpatient Clinic 42,731-47,409 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing arrangements for an outpatient clinic located in Junction City, KS, under solicitation number 36C10F24R0014. The clinic requires a space ranging from 42,731 to 47,409 ANSI/BOMA square feet, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to support veteran-specific health care needs. This procurement is crucial for ensuring that veterans have access to necessary outpatient services in a compliant and efficient manner. Interested parties must submit their proposals by December 9, 2024, at 4 PM ET, and can contact Mayra I Rosa, the Lease Contracting Officer, at mayra.rosa@va.gov for further information.
    X1AA--Primary Care Annex Lease - Saginaw-Auburn MI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for the lease of 25,000 ABOA square feet of space and 150 parking spaces for a Primary Care Annex in Saginaw-Auburn, Michigan. The leased space must meet specific requirements, including being located within a defined area, preferably on the first floor, and compliant with various zoning and safety standards. This opportunity is crucial for enhancing healthcare services for veterans, and interested parties, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are encouraged to respond by November 15, 2024, at 3:00 P.M. local time, with submissions directed to Lisa Newlin at Lisa.Newlin@va.gov.
    X1DB--Milwaukee Vet Center Request for Lease Proposal (RLP)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking lease proposals for a new Vet Center in Milwaukee, Wisconsin, through Request for Lease Proposal (RLP) Number 36C25225R0008. The procurement aims to secure a facility that meets specific requirements, including a minimum of 5,200 square feet of contiguous clinical space, designed to provide a professional and accessible environment for veterans and their families. This initiative is crucial for enhancing the delivery of services to veterans, ensuring compliance with VA standards, and fostering a supportive atmosphere for care. Proposals are due by November 22, 2024, at 4 PM Central Time, and interested parties should contact Matthew Wright at matthew.wright2@va.gov or 414-844-4833 for further information.
    X1AA--Detroit Michigan Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the relocation of the Detroit Michigan Vet Center, requiring approximately 3,844 ANSI/BOMA Occupant Area (ABOA) and a maximum of 5,505 Rentable Square Feet (RSF) of contiguous space. This procurement is essential for providing readjustment counseling services to veterans and their families, ensuring the facility is conveniently located and accessible, with necessary amenities and security features. Proposals are due by November 22, 2024, at 1 PM Eastern Time, and interested parties should contact Lease Contract Specialist Kevin Adkins at kevin.adkins@va.gov or 317-988-1544 for further details.