X1DB--Huntsville Specialty Care Clinic Lease (VA-24-00025213)
ID: 36C24724R0055Type: Sources Sought
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

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

    The Department of Veterans Affairs is seeking to lease a facility for the Huntsville Specialty Care Clinic, with the objective of expanding specialty healthcare services for veterans in Huntsville, Alabama. The procurement requires approximately 8,160 ABOA/9,180 RSF of space to accommodate outpatient services such as cardiology, dermatology, and orthopedics, with a firm lease term of seven years and five optional one-year extensions. This initiative is crucial for improving access to healthcare for veterans, and the lease is expected to commence by October 2024. Interested parties should submit their proposals by October 4, 2024, to Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or by phone at 813-447-0780.

    Point(s) of Contact
    Michael Elisha JamesLeasing Contracting Oficer
    (813) 447-0780
    michael.james6@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to sole-source a twelve-year lease for the Huntsville Regional Medical Center to accommodate the expansion of specialty healthcare services for veterans. Approximately 8160 ABOA/9180 RSF of space is required to deliver timely outpatient services, including cardiology, dermatology, and orthopedics. The facility's strategic location in Huntsville, Alabama, and its affiliation with the academic community are key factors. The VA seeks to commence the lease by October 2024 to address the urgent healthcare needs of veterans in the area. This notice serves as an intent to lease the premises without competition, though interested parties may submit their capabilities until August 2024.
    The document is a modification notice regarding the lease for the Huntsville Specialty Care Clinic, identified by solicitation number 36C24724R0055. The primary change communicated is the adjustment of the response deadline to September 13, 2024, at 4:30 PM Eastern Time. This lease opportunity falls under the jurisdiction of the Department of Veterans Affairs, specifically the Veterans Health Administration, and it is managed by the Network Contracting Office (NCO) 7 based in Atlanta, Georgia. The contracting office's ZIP code is 30329, and the place of performance is located in Huntsville, Alabama. There are no Recovery Act funds associated with this RFP, and the set-aside status is not specified. The document provides contact information for the Leasing Contracting Officer, Michael Elisha James, for all inquiries regarding the modification. The emphasis on clear communication of the revised deadline serves to facilitate participation in this government procurement process.
    The document details a modification to a previous notice regarding the lease for the Huntsville Specialty Care Clinic (Solicitation Number: 36C24724R0055) managed by the Department of Veterans Affairs. The key update is the extension of the response due date from September 13, 2024, to October 4, 2024, at 4:30 PM Eastern Time. The contracting office is located at the Veterans Health Administration Network Contracting Office (NCO) 7 in Atlanta, Georgia. The relevant point of contact for this RFP is Leasing Contracting Officer Michael Elisha James, who can be reached via email or phone. This modification does not involve Recovery Act funds and falls under the NAICS code 531120, which pertains to lessors of residential buildings. Overall, the amendment facilitates potential bidders with additional time for proposal preparation while maintaining compliance with federal RFP protocols.
    The government seeks to lease approximately XX ANSI/BOMA Occupant Area (ABOA) square feet of office space, with associated appurtenant rights, for a federal agency. The space should be located on the XX floor(s) of a building with access to reserved parking spaces, preferably with a mix of structured and surface parking. The lease term is proposed at XX years, with an option to renew for XX years, and the government seeks to occupy the space promptly. The Lessor must provide a complete building enclosure and shell, including common areas, with all necessary utilities and services. The government will pay shell rent, encompassing financing, insurance, taxes, and other expenses, at a rate of approximately $XX per RSF for the firm term. Tenant improvements, such as interior partitions, doors, and lighting, will be funded through a Tenant Improvement Allowance (TIA) of $XX.XX per ABOA SF, which the government can use discretionarily. The Lessor will also make available a Building Specific Amortized Capital (BSAC) fund of $XX.XX per ABOA SF for security-related improvements. These amounts will be amortized into the rent over the firm term at an annual interest rate of approximately X%. The Lessor is responsible for designing and constructing the space to meet government requirements, with oversight and approval from the government. Post-occupancy, the Lessor will provide maintenance and operational services, including janitorial, landscaping, and utility provision, except for XX, which the government will manage directly. The government has outlined detailed technical specifications for the space, including energy efficiency, fire safety, and accessibility standards. Critical dates include the anticipated lease commencement of XX and the requirement for the space to be substantially complete within XX months of lease execution. Lease payments will begin once the space is accepted, with annual rent around $XXX,XXX, payable monthly in arrears. The government reserves the right to terminate the lease after the firm term with XX days' notice. Evaluation of offers will consider the overall rent, including shell, operating costs, TI, BSAC, and parking, with the most economically advantageous offer being awarded the lease. Price and technical merit will be weighed, with technical factors focusing on the quality and completeness of the proposed space.
    The Birmingham VA Healthcare System (BVAHCS) seeks to lease a new space for its Huntsville Specialty Care Clinic. The primary objective is to relocate specialty care services to a larger facility within a specific geographic area in Huntsville, Alabama, to improve access to healthcare for veterans. The space should be approximately 6,000–8,000 rentable square feet, with a break-down according to the provided Space & Equipment Planning System (SEPS) plan. The clinic requires a quick turnaround, with the space being available for use within 120 days of the contract award. The lease is planned for a firm term of seven years, with five one-year optional extensions. The space must adhere to ADA accessibility guidelines and meet VA requirements. It should accommodate 25 personnel and 60 parking spaces and be ready for occupancy by June 30, 2024. The BVAHCS will provide the SEPS plan and other materials. Prospective vendors must submit proposals with the site address, floor plans, existing finishings, available square footage, and an availability date. The deadline for submission is not mentioned in the provided files.
    The procurement objective outlined in this file is for security requirements at Facility Security Level II (FSL II). The Lessor is expected to fulfill various security-related obligations, often denoted as "shell," which are essential for establishing a secure environment within a federal facility. This includes measures such as clear signage designating the facility as federal property, strategic landscaping to enhance security, and controlled access points for vehicles and pedestrians. Several security criteria are detailed, focusing on blast resistance, progressive collapse prevention, and burglary resistance. Electronic access control and video surveillance systems (VSS) are also mandated, along with detailed requirements for their installation, monitoring, and maintenance. The Lessor is responsible for delivering a comprehensive Facility Security Plan and ensuring cybersecurity measures are in place, especially for building access control systems. Essentially, the government seeks a safe and robustly secured facility, with the Lessor responsible for implementing extensive security provisions. Are there any other files you would like me to summarize?
    The government seeks to acquire leasehold interests in real property through a competitive bidding process. The solicitation outlines instructions for offerors, emphasizing timely submissions and the potential for proposal modifications and revisions. The lease award will prioritize offerors that present the best value and compliance with equal opportunity regulations. Key procurement objectives include obtaining legal rights to the leased property and ensuring compliance with various regulations, including equal opportunity and federal acquisition security requirements. Offerors must provide detailed information about their entities and are subject to pre-award compliance evaluations if applicable. The scope of work encompasses the execution of a lease agreement, with responsibilities likely to include maintenance and facility management. The contract type and value are not explicitly mentioned but are likely to be outlined in the lease agreement. Key dates include the submission deadline, expected to be stated within the solicitation, and the contract's award date. Evaluation criteria center around the technical merits and pricing of the proposals, with the best-value offerors being favored. Offerors should pay close attention to the specific requirements outlined in the solicitation, including marking procedures and essential submission guidelines.
    The government seeks to lease office or commercial space, outlining terms for acquiring leasehold interests in real property. The focus is on securing a tenantable space with specified square footage and amenities. The lessor is responsible for maintaining the property and ensuring compliance with safety and accessibility standards. Key clauses cover rent payment terms, including interest penalties for delayed payments, and the government's right to inspect and make alterations. The lessor must adhere to ethical standards, anti-kickback procedures, and workplace safety regulations. Additionally, the lessor should be aware of potential adjustments to rent or terms due to the lessee's compliance issues or changes in circumstances. The procurement's key dates and evaluation criteria are not explicitly mentioned in the provided file, indicating a need for further clarification.
    The government seeks proposals for leasing office space. This RFP outlines requirements for potential lessors to provide general-purpose office space, along with specified square footage and parking availability. The space should adhere to building standards, accessibility guidelines, and fire safety regulations. Lessors must commit to a firm lease term, with potential renewal options, and provide a project management fee and other relevant fees associated with the lease. The proposed lease rate is to be provided, including any variations during the lease term, with a focus on a per-square-foot basis. Critical dates and the evaluation process are also outlined, emphasizing a thorough understanding of the RLP's requirements for a successful proposal.
    The procurement objective of this government RFP is to obtain comprehensive evaluations of potential office building spaces' fire protection and life safety systems. These assessments are essential to ensure the safety and compliance of buildings under consideration for government occupancy. The evaluations must adhere to specific criteria and codes, focusing on aspects such as fire sprinkler systems, fire alarms, emergency lighting, and egress pathways. Part A of the evaluation is designed for buildings below the 6th floor, requiring general building information and yes/no responses about critical fire safety features. Part B, designated for buildings on or above the 6th floor, mandates a detailed narrative report from a professional engineer. This report encompasses a thorough walk-through assessment, examining fire safety conditions, identifying deficiencies, and offering corrective recommendations. The scope of work involves providing critical information about building features, fire protection systems, and potential hazards, with strict attention to detail and accuracy. Vendors will be responsible for completing the appropriate part of the evaluation, signing off on their submissions, and ensuring compliance with specified criteria. Key dates and evaluation criteria were not explicitly mentioned in the provided information. However, the presence of a submission deadline is implied, and the evaluation of proposals will likely prioritize the thoroughness and accuracy of the fire safety evaluations.
    The government seeks to enhance security measures at a facility, focusing on access control, identity verification, and governmental signage. The objective is to reinforce facility entrances, lobby areas, and common spaces, ensuring employee and asset safety. Accommodations for retail and mixed-use areas within the facility are also considered. This is to be achieved through a combination of physical modifications, security systems, and administrative procedures. Key requirements include controlling access to critical areas, implementing screening procedures, and ensuring the integrity of utility spaces. The government will provide some elements for the security systems, while the contractor will design, install, and maintain others, with costs negotiated post-award. The Lessor is requested to supply unit prices for the various security countermeasures, which will be reflected in the final design plans. Key dates and evaluation criteria are missing, but it's noted that this process will follow the award of the lease.
    The procurement objective relates to leasing commercial space and associated costs. The agency seeks to rent an already constructed space suitable for government office use. The focus is on securing a space with a specified minimum rentable area (ABOA SF) and a proportional tenant improvement allowance. The lease's financial basis is detailed, breaking down costs per square foot for improvements, fees for general contractors and architects, and other lessor expenses. The lease spans several years, and the lessor is responsible for certain improvements and project management. Key dates and evaluation criteria are not provided in the excerpt, but the request urgents interested parties to provide information needed to complete the table within a brief window, indicating a prompt response is required.
    The Department of Veteran Affairs (VA) seeks to lease approximately 6,000 RSF (square feet) of space for its Huntsville Specialty Care Clinic. The VA is collecting past performance information on potential lessors to evaluate their suitability. Offerors must meet at least one criterion to be considered, such as having leased a similar-sized space or leased medical office space in the last three years. The VA will assess lessors based on their budget adherence, change order handling, adherence to schedules, and responsiveness to maintenance, safety, and security issues. The agency aims to award a lease for the required space, with an emphasis on budgetary control and timely project execution. Interested parties must provide relevant past performance references, rated using the specified evaluation criteria.
    The government seeks to procure construction services for highway projects in Madison County, Alabama. The focus is on various construction tasks, excluding certain specialized bridges and buildings. The contract falls under the Davis-Bacon Act, which sets minimum wage rates that increase annually. For contracts from January 2022, the hourly rates range from $10.57 to $26.73, with some roles attracting higher wages based on their skill requirements. The rates for unions are also provided, along with guidelines for wage determination appeals. Contractors must adhere to these wage rates and Executive Orders around minimum wages and paid sick leave. The procurement is likely to be a large-scale project, given the scope of highway construction involved, and contractors will be responsible for tasks like cement work, asphalt laying, and traffic control. The government will prioritize proposals that offer competitive pricing and adherence to the detailed wage requirements. Interested parties have access to the full wage determination and can appeal decisions if needed.
    The government seeks to lease approximately 9180 rentable square feet of commercial space for a federal agency. The space should be located within a specific area in Huntsville, Alabama, and must be accessible and have adequate parking. It should be a modern, prestigious building with efficient layout and compliance with sustainability, security, and fire safety standards. The lease term is proposed at 12 years, with a 7-year firm commitment and government termination rights. Offerors are required to provide a complete offer using specified forms, including pricing details such as rent rates per square foot for both usable and rentable space. The rent must cover all landlord costs, including shell upgrades, tenant improvements, operating expenses, and security measures. Offerors must also submit evidence of their financial capabilities and necessary authorizations. critical submission deadline is 4:30 PM EST on August 2, 2024. Offers will be evaluated based on compliance with the request's terms and conditions, with successful offerors progressing to lease award negotiations.
    Similar Opportunities
    New Lease for VA Clinic (CBOC) Parker County, Texas
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for a Community-Based Outpatient Clinic (CBOC) in Parker County, Texas, specifically in Aledo. The procurement requires approximately 14,500 to 15,500 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous clinical space, which must include at least 125 on-site parking spaces and be available for occupancy by June 2025. This facility is crucial for providing healthcare services to veterans, ensuring compliance with federal standards for safety, accessibility, and sustainability. Proposals are due by October 3, 2024, with inquiries accepted until September 13, 2024; interested parties should contact TaShia Marsh-Brown at Tashia.Marsh@va.gov for further details.
    X1DB--New Albany Outpatient Clinic (FY24) 49,262 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the leasing of a new outpatient clinic in New Albany, Indiana, under Request for Lease Proposal (RLP) No. 36C10F24R0055. The project requires a facility with a minimum of 41,873 to a maximum of 49,262 square feet, designed to meet specific construction, security, and accessibility standards, while also adhering to environmental regulations. This initiative is crucial for enhancing healthcare services for veterans, reflecting the government's commitment to providing modernized and accessible facilities. Proposals are due by September 26, 2024, and interested parties should contact Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov for further information.
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) square feet of medical space for a new Vet Center in Temecula, California. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed, modernized, or rehabilitated for its intended use. This initiative aims to enhance readjustment counseling services for veterans and their families, ensuring a safe and accessible environment for community interaction. Interested offerors must submit their proposals by September 30, 2024, and can contact Contract Specialist Juan Razo or Christy Snider for further details.
    Chatsworth Vet Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential vendors to lease space for a Vet Center in Chatsworth, California. The VA requires a minimum of 4,500 to a maximum of 5,500 rentable square feet of existing office space, along with 27 reserved parking spaces, including three that are ADA-compliant, for a lease term of 20 years with termination rights after five years. This initiative is part of the VA's commitment to securing appropriate facilities to support veteran services effectively, and interested parties must submit their documentation by September 23, 2024, to Ralph Crump at Ralph.Crump@va.gov or by phone at 405-456-3612.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. The lease term is set for an initial five years, with two optional 15-year extensions, and proposals must be submitted by September 4, 2024. Interested parties can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further details.
    Campbell County Community Based Outpatient Clinic (CBOC) is to be located in Lafollette, TN.
    Active
    Veterans Affairs, Department Of
    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking a lease for a Campbell County Community Based Outpatient Clinic in LaFollette, TN. The space should be approximately 5,000 ANSI/BOMA office area (ABOA) square feet with a minimum of 25 on-site parking spaces. The space will be used as a Community Based Outpatient Clinic (CBOC) to provide Veteran outpatient care in the local area. The lease will be a full-service lease, with the lessor responsible for utilities, janitorial services, facility maintenance, and repair. The space must be in a Class A /4-5 CoStar rated building and comply with all current building, seismic, and accessibility code requirements. The government is interested in both existing buildings and land for new construction. Interested parties must submit expressions of interest by January 23, 2024, including building information, proof of ownership, parking availability, and business size. SDVOSB and VOSB firms are invited to provide additional information.
    X1DB--Bowling Green Community-Base Outpatient Clinic (CBOC) 49,235 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Bowling Green, Kentucky, under solicitation number 36C10F24R0039. The procurement aims to secure a fully serviced lease for approximately 49,235 ANSI/BOMA square feet, including a requirement for 300 on-site parking spaces, all to support healthcare services for veterans. This initiative is crucial for enhancing access to outpatient care, reflecting the government's commitment to improving healthcare facilities for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 4, 2024, with inquiries directed to Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov.