The Department of Veterans Affairs has issued Amendment No. 0001 to Request for Lease Proposal (RLP) No. 36C24425R0120. This amendment, effective October 8, 2025, serves to cancel the aforementioned RLP in its entirety. The reason for the cancellation is a change in the Government's needs. All other terms and conditions of the original RLP remain unchanged and in full force and effect until the cancellation. The amendment was signed by Maricela Everitt on behalf of the Offerer.
This document is an amendment to a previous combined solicitation, 36C24425R0120, concerning a replacement lease for the Norristown Vet Center. The amendment, issued by the Department of Veterans Affairs, Network Contracting Office 4, indicates a cancellation of the original solicitation. The lease was for 5,358 RSF / 3969 ABOA/NUSF in Norristown, PA. The original response date was September 30, 2025, at 4 PM Eastern Time. The point of contact for this solicitation was Lease Contract Specialist Maricela Everitt. The amendment includes an attached document titled '36C24425R0120 0001 - Norristown VC Cancellation,' confirming the cancellation.
The Combined Synopsis/Solicitation Notice pertains to the replacement lease for the Norristown Vet Center, which involves a facility with 5,358 RSF (Rentable Square Feet) and 3,969 ABOA (Usable Square Feet). Managed by the Department of Veterans Affairs' Network Contracting Office 4 in Pittsburgh, PA, this procurement opportunity is outlined under solicitation number 36C24425R0120, with a response deadline set for September 30, 2025, at 4:00 PM Eastern Time. There is no set-aside or Recovery Act funds associated with this solicitation. Prospective bidders can contact Lease Contract Specialist Dakota Shipman for additional information. Interested parties are directed to consult the attached Request for Lease Proposal for further specifications related to the Norristown Vet Center lease. This document is critical for potential contractors seeking to engage in government contracting related to veterans' services.
The document outlines a Past Performance Questionnaire (PPQ) for Lease No. 36C24425L0018, issued by the NCO4 Network Contracting Office for leased space for a Veteran’s Center in Norristown, PA. This PPQ is crucial for evaluating proposals by assessing an offeror's past performance. It is divided into two main sections: Section A, completed by the offeror with contractor and project information, and Section B, completed by the assessor(s) to evaluate the contractor's performance across various criteria. Assessors rate performance in quality of service, schedule/timeliness, customer satisfaction, management/personnel, cost/financial management, and safety/security using a defined rating scale (Exceptional, Satisfactory, Marginal, Unsatisfactory, Neutral). The questionnaire emphasizes detailed explanations for any unsatisfactory or marginal ratings and requires assessors to confirm their role and period of involvement. The completed questionnaire must be submitted by the solicitation's closing date to the NCO4 Network Contracting Office.
This government file outlines a lease agreement (Lease No. 36C24425L0018) between the U.S. Department of Veterans Affairs (VA) and a Lessor for office and related space in Norristown, Pennsylvania, designated as a Vet Center. The lease term is 20 years, with a firm term of 5 years and a soft term of 15 years, subject to termination rights by the Government after the firm term with 90 days' notice. The agreement specifies 5,358 rentable square feet (RSF) yielding 3,969 ANSI/BOMA Occupant Area (ABOA) square feet, with rent payable monthly in arrears. It includes 25 reserved parking spaces, provisions for telecommunications equipment, and details regarding rent adjustments based on actual space delivered. The lease is comprehensive, covering construction standards, shell components, tenant improvements, utilities, services, and general obligations. It also details the Lessor's responsibilities for design, construction, and compliance with various standards and acts, including labor standards, accessibility, fire safety, and environmental regulations. The document emphasizes that the lease is fully serviced and turnkey, with rent covering all Lessor costs, including shell upgrades, tenant improvements, operating costs, and security upgrades.
This government file details the comprehensive requirements for leasing clinical space for a Department of Veterans Affairs (VA) Vet Center in Norristown. The document outlines extensive specifications for space design, room sizes, and various functional areas including waiting areas, restrooms, offices, group rooms, a breakroom, housekeeping, supply/storage rooms, and a telecommunications room. Key requirements include specific electrical and data outlets, soundproofing for privacy, and ADA compliance for facilities like drinking fountains and restrooms. The file also mandates robust security measures, such as an Electronic Physical Access Control System (ePACS), video surveillance, an intrusion detection system (IDS), and duress alarms, all adhering to VA Facility Security Level II standards. Detailed specifications for telecommunications infrastructure, finishes (flooring, paint, cabinetry), and interior/exterior signage are provided, with an emphasis on sound masking for patient privacy. The lessor is responsible for providing cable television, high-speed internet, and ongoing maintenance. This RFP ensures the leased facility meets the precise operational, security, and environmental needs for a VA Vet Center.
This government file, "VA SECURITY REQUIREMENTS - FACILITY SECURITY LEVEL II," outlines comprehensive security measures for Department of Veterans Affairs (VA) leased facilities. It details requirements for site security, including signage, landscaping, lighting, vehicle barriers, and hazardous material storage. The document also specifies structural security criteria such as blast resistance for windows, facades, and interior spaces, as well as protection for air intakes and emergency generators. Furthermore, it addresses facility entrance security, encompassing employee and visitor access control, perimeter door specifications, and key management. Interior security criteria cover access to non-public and critical areas. Finally, it mandates various security systems, including Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, along with cybersecurity requirements for Building and Access Control Systems (BACS) to ensure data protection and incident response. The document distinguishes between "Shell" (Lessor's obligation) and "TI" (Tenant Improvements) for pricing components, emphasizing safety and compliance with federal standards.
Exhibit D, titled "Solicitation Provisions (For Simplified Acquisition of Leasehold Interests in Real Property)", outlines the regulations and procedures for submitting, modifying, and evaluating proposals for government leasehold interests. Key aspects include definitions of terms like "discussions" and "proposal revisions," rules for acknowledging solicitation amendments, and detailed instructions for submitting proposals via paper, electronic commerce, or facsimile, including provisions for late submissions. The document specifies requirements for proper signing of offers by individuals, partnerships, corporations, or joint ventures. It also addresses the restriction and disclosure of data, emphasizing the need for offerors to mark proprietary information. Lease award procedures, such as evaluation criteria, the Government's right to reject proposals, and post-award debriefing information, are outlined. Additionally, the document mandates offeror registration in the System for Award Management (SAM) at the time of award, including the use of a unique entity identifier. It also incorporates provisions related to the Federal Acquisition Supply Chain Security Act (FASCSA), requiring offerors to represent and disclose any covered articles or sources prohibited by FASCSA orders.
The document, an addendum to GSA Template 3516/3516A, outlines the Department of Veterans Affairs' (VA) alternative protest procedure for real property lease procurements (March 2024). This provision allows interested parties to file a protest with the Executive Director, Office of Construction and Facilities Management, either by mail or electronically at CFMORP@va.gov, as an alternative to filing with the Lease Contracting Officer. However, a protest will not be considered if a similar issue is already pending with the Lease Contracting Officer. This procedure provides an additional avenue for challenging VA lease procurement decisions.
The document, Exhibit E of Lease No. 36C24425L0018 for the Norristown Vet Center, outlines the general clauses governing the acquisition of leasehold interests in real property below the Simplified Lease Acquisition Threshold. It details the responsibilities of the Lessor and the Government, including property maintenance, inspection rights, and procedures for fire/casualty damage and Lessor default. Key clauses cover definitions, payment terms based on ANSI/BOMA Occupant Area, integrated agreements, and provisions for changes to the lease. A significant portion addresses compliance with applicable laws and federal regulations concerning information security, supply chain security, and prohibitions on certain hardware, software, and telecommunications equipment from specific entities like Kaspersky Lab and ByteDance. It also incorporates numerous FAR and GSAR clauses by reference, covering areas such as security requirements, personal identity verification, executive compensation reporting, System for Award Management, and various socio-economic programs like small business subcontracting, equal opportunity for veterans and individuals with disabilities, and drug-free workplace requirements. The document emphasizes federal law as the governing authority for the lease.
The "PROPOSAL TO LEASE SPACE" (GSA Form 1364) is a comprehensive government document for Request for Lease Proposals (RLPs), specifically RLP Number 36C24425R0120. It serves as a detailed offer form for lessors to provide information on various aspects of a proposed lease. The form is structured into several sections covering building overview, primary offer details, additional financial aspects, building and property information, owner identification, offeror certification, and an addendum for step rents and renewal options. Key information required includes rent components (shell, operating costs, tenant improvement, building-specific amortized capital, parking, and non-standard circumstances), building specifications (size, parking, construction type, age, renovations, and common area factors), and compliance details (fire protection, accessibility, asbestos, flood plains, seismic safety, ENERGY STAR®, and historic preferences). The document also addresses financial aspects like free rent/space, commissions, and adjustments for vacant premises or reduced services, and requires certification from the offeror regarding adherence to RLP terms.
The document is a Request for Proposals (RFP) for a government lease, specifically Lease Number 36C24425L0018, issued by the VA. It outlines various aspects of the lease agreement, including detailed requirements for services, supplies, and maintenance. Key sections cover aspects such as current year costs, salaries, supplies, contract services, system maintenance and repair, utilities (water, electric), and lower-level equipment. It also specifies requirements for special equipment, fuel, and supplies. The RFP emphasizes compliance with the Paperwork Reduction Act and estimates that it will take 8 hours to read instructions, gather facts, and answer questions. The document details administrative information, including the request for lease proposals (RFLP) and the statement date. It also includes an exhibit for current utility costs, and sections on Social Security/Workers' Compensation, insurance, and management. The overall purpose is to solicit proposals for a government lease, detailing the financial, operational, and administrative obligations for potential lessors.
This government file, Exhibit H of RLP NO. 36C24425R0120 and LEASE NO. 36C24425L0018, outlines the requirements for a pre-lease Fire Protection and Life Safety Evaluation for an office building. The evaluation is divided into two parts based on the proposed offered space's floor level. Part A, for spaces below the 6th floor, is completed by the Offeror and involves short-answer and yes/no questions on general building information, fire sprinkler systems, fire alarm systems, exit signs, emergency lighting, and elevators. Part B, for spaces on or above the 6th floor, requires a detailed narrative report from a licensed fire protection engineer. This report must cover general building information, occupancy classifications, building construction, vertical openings, means of egress, automatic fire suppression systems, fire alarm systems, and elevators, including identified deficiencies and corrective actions. Both parts emphasize compliance with the most recent building and fire codes, particularly NFPA 101 Life Safety Code for egress requirements. The document ensures that leased spaces meet stringent fire safety standards, with clear responsibilities for Offerors and professional engineers.
The "Security Unit Price List (FSL II)" outlines comprehensive security standards for government leased facilities, detailing requirements across various sections. These include stringent access control for entrances, lobbies, common areas, and non-public zones, with most elements priced within the "Shell" of the lease. Key areas covered are employee and visitor access, securing critical spaces, and restricting public contact with structural elements. The document also specifies security for interior government spaces, such as identity verification and formal key control programs, along with site and exterior standards like signage, landscaping, HAZMAT storage, and parking. Furthermore, it details security systems, including testing, maintenance, video surveillance, intrusion detection, and duress alarms. Structural security addresses window locking and building systems like emergency generator protection and secure air intake grilles. Operational and administrative security covers the Facility Security Committee, access to building information, and construction security plans, along with cybersecurity requirements. The document serves as a detailed guide for ensuring the security of leased government facilities, with most costs integrated into the base lease agreement.
The document outlines comprehensive requirements for various government solicitations, including RFPs and grants. It details general conditions for bids, emphasizing the need for clear communication and adherence to specified formats. Key sections cover administrative procedures, technical requirements, and financial considerations for projects. It stresses the importance of compliance with federal and state regulations, outlining guidelines for proposal submissions, evaluations, and contract awards. The document also provides structured templates and checklists to ensure thoroughness and consistency in responses. It highlights criteria for project execution, quality assurance, and ongoing compliance, aiming to standardize the procurement process and facilitate clear, accountable interactions between government entities and potential contractors or grantees.
The document "EXHIBIT K" outlines a comprehensive Contract Submittal Schedule for Project Number RLP NO. 36C24425R0120 and Lease No. 36C24425L0018, detailing required submissions for both the Request for Lease Proposals (RLP) and the subsequent Lease phase. The RLP Submittals section lists 31 items, including various GSA forms (e.g., Proposal to Lease Space, Lessor's Annual Cost Statement, Pre-lease Fire Protection and Life Safety Evaluation), proof of ownership, flood plain documentation, financial commitments, concept drawings, narratives (building location, design, technical capability, time to occupy, parking), site plans, legal property descriptions, status/preference proofs, telecommunication service representations, signing authority proof, SAM registration, proper zoning, subcontracting plans, program management plans, emergency preparedness plans, past performance references, milestone plans, energy efficiency compliance (Energy Star, LEED-NC Silver), deviation statements, building security price lists, asbestos certifications, floor plans, and tenant improvement cost summaries. The Lease Submittals section enumerates 18 items, such as building occupancy permits, HVAC balance reports, water testing reports, executed lease documents, firm commitment of funds, state licenses/certifications, reused building material plans, green lease submittals, MSDS sheets, DIDs, TI price proposals, construction schedules, as-built drawings, color boards for finishes, meter verification, a detailed schedule of periodic services and maintenance, interior signage requirements, and a commissioning plan. This schedule is crucial for project engineers to track and approve contractor submissions, ensuring compliance with all contractual and regulatory requirements for the lease agreement.
The Vet Center Internal Signage Guide, effective January 2025, details mandatory signage types and installation guidelines for Vet Centers, adhering to VA Signage Design Manual standards. The guide specifies seven primary signage types (A-G), each with unique material, color, text (Helvetica font), and installation requirements. Signage Type A includes variations for room identification and general areas (e.g., Counselor 116, Lobby 101), while Type A2 incorporates a sliding panel for occupancy status. Type B is for restrooms, including pictograms and braille. Type C is designated for exit signs. Type D specifies dual-sided signs for fire equipment, Type E for restricted access areas, and Type F outlines vinyl stickers for vestibule notices (e.g., No Weapons, Video Surveillance). Types G, H, and I are for displaying cardstock information like patient rights and privacy practices. All signs feature raised acrylic, Grade 2 braille, and brushed metal accents, with installation primarily using double-sided foam tape. The Lessor must verify all sign types and locations with the VA Director during the design intent drawing stage.
The U.S. Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Readjustment Counseling Service (RCS) issued this Vet Center Exterior Signage Guide in January 2025. This guide serves as the official directive for all exterior signage related to the Vet Center brand, ensuring compliance with established standards. All exterior sign applications must adhere to these specifications without exception, prohibiting alterations to the Vet Center logo colors or design unless explicitly stated. All signs must comply with local codes and landlord specifications, and the VA will approve all signage design schematics before fabrication and installation. The guide outlines preferred and secondary signage applications, including channel letters on raceways, lightbox and multi-tenant signs, single-tenant monument and pylon signs, restrictive tenant panel signs, exterior panel signs, and door decal signage. General requirements include bid quotes with separate line items for install time and design/specifications, coordination with the Contracting Officers Representative (COR) for installation and deliveries, and completion of installation Monday-Friday between 8:00 AM-4:30 PM. The vendor must email the COR for inspection and approval before payment release. Any damage incurred during installation must be repaired at the vendor's expense within 30 days. The guide also specifies material, color, and build specifications for each sign type, ensuring brand consistency and legibility from the main serving road.
This government file, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlines regulations for federal agencies to procure and use telecommunications and video surveillance equipment and services, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It details prohibitions on contracting with entities that use or provide "covered telecommunications equipment or services" as a substantial component of any system or critical technology, irrespective of whether the use is related to a federal contract. The document defines key terms and provides procedures for offerors to represent their compliance and disclose any use of such equipment or services. Offerors must review the System for Award Management (SAM) for excluded parties and provide detailed information if they "will" provide or "do" use covered equipment or services, including entity details, equipment descriptions, and an explanation of proposed use to determine permissibility under the prohibition. The form requires the offeror's signature, name, address, and telephone number, signifying their understanding and adherence to these critical federal procurement regulations.
The provided document, "TENANT IMPROVEMENTS COST SUMMARY (TICS) Page 1," is a detailed financial template for government real estate projects, specifically for federal, state, and local RFPs. Dated October 2024, it outlines cost breakdowns for tenant improvements (TI) and shell construction in Norristown, PA, for an ABOA SF of 3,969.00. The document categorizes expenses by Masterformat CSI System Elements, ranging from general requirements (Div 1) to utilities (Div 33). It also includes sections for General Contractor Fees, Architectural & Engineering Fees, Other Lessor Costs, and Lessor's Project Management Fee. Key notes clarify that TI includes subcontractor costs, certain items are not subject to the Lessor's project management fee, and shell and core work refers to a warm lit shell as defined in the SHELL DEFINITIONS tab. The template aims to provide a comprehensive cost per ABOA SF and RSF, ensuring transparency and detailed financial planning for government-leased spaces.
The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C24425R0120 for a lease in Norristown, PA, with offers due by September 30, 2025. This RLP outlines instructions and requirements for proposals for a fully serviced, turnkey lease, including all shell upgrades, tenant improvements (TIs), operating costs, common area maintenance, real estate taxes, and security upgrades. The government seeks a maximum of 3,969 ANSI/BOMA Occupant Area (ABOA) / Net Usable Square Feet (NUSF) / 5,358 Rentable Square Feet (RSF) of contiguous space for a 20-year term (5 years firm, 15 years soft), with a target occupancy date of November 8, 2026. Key requirements include 25 dedicated surface parking spaces, specific location criteria within a defined area, and adherence to various federal standards such as floodplains, asbestos, accessibility, fire protection, and energy efficiency (EISA). Proposals must be submitted electronically in three volumes covering site and building information, past performance, and pricing. The selection will be based on proposals conforming to RLP requirements, with a strong emphasis on meeting the government's needs while complying with all stated conditions and regulations.
The VA's Request for Lease Proposals (RLP) No. 36C24425R0120 seeks offers for a 20-year lease of approximately 3,969 ABOA square feet of contiguous office space in Norristown, PA, with submissions due by September 30, 2025. The lease will include a firm five-year term, with the option for the government to terminate after that. Essential requirements include compliance with specific location criteria, accessibility standards, and provisions for on-site parking spaces, including ADA-compliant options. Furthermore, the proposed space must meet safety, environmental, and energy efficiency standards per federal regulations, including adherence to the Energy Independence and Security Act.
Eligibility for award necessitates efficient space layout, building characteristics adhering to modern construction and security criteria, and compliance with environmental assessments. Offerors are encouraged to demonstrate previous performance on similar projects. Proposals must outline the lease structure, itemize costs, and provide substantial documentation supporting their offers. This RLP reflects the VA’s ongoing commitment to secure and modernize facilities for federal use, ensuring adherence to rigorous standards while fostering competitive procurement within the guidelines of government RFP protocols.