X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
ID: 36C24724R0022-1Type: Solicitation
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) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This file outlines the procedures and requirements for submitting proposals in response to a government solicitation for the acquisition of leasehold interests in real property. It provides definitions, guidelines on submission methods, and clarification on proposal modifications and revisions. The government intends to award the lease to the responsible offeror whose proposal represents the best value, emphasizing that the initial proposal should be comprehensive. Offerors are required to register in the System for Award Management (SAM) and provide necessary information for unique entity identification. This solicitation also specifies conditions regarding late proposals and their acceptance, as well as the withdrawal of proposals. Additionally, it addresses situations involving floodplains and establishes requirements for offerors to submit proposals that depart from stated solicitation requirements. Overall, this file serves as a comprehensive instruction guide for potential offerors in the leasing property procurement process.
    The file details the general clauses to be integrated into a government lease agreement for real estate properties. It encompasses the lessor's obligations for property maintenance, building systems management, and health and safety standards. The government's rights include inspection and termination in specific circumstances. The file also outlines procedures for addressing lessor defaults, amendments for changes, and compliance with applicable laws. Notably, it incorporates a prohibition on contracting for certain telecommunications and video surveillance services or equipment, along with reporting requirements if such equipment is identified. Additionally, it incorporates by reference numerous FAR and GSAR clauses spanning topics like executive compensation, subcontracting, and dispute resolution. These clauses, aimed at protecting the government's interests, will be integral to the final lease agreement.
    The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
    The file relates to a mandate from the John S. McCain National Defense Authorization Act, prohibiting the use of certain telecommunications equipment or services that are deemed a security risk. The Act aims to safeguard sensitive information by restricting the procurement of these services and equipment by federal agencies. Offerors bidding on government contracts must provide representations and disclosures regarding their compliance with the mandate. This provision, along with the associated 52.204-25 and 52.212-3, ensures that the government doesn't contract with entities that don't adhere to the security provisions. Offerors must detail their processes and equipment to ensure they aren't procuring prohibited services or equipment and provide explanations if they are, outlining any factors that might permit their use. This provision applies to all contractual parties and covers both direct and indirect use of prohibited services or equipment.
    The GSA 12000 form (REV. 5/2011) is a government document for evaluating fire protection and life safety measures in office buildings up for lease. It contains two parts: Part A is for spaces below the 6th floor, and Part B for spaces on or above the 6th floor. This form covers general building info, fire sprinkler systems, fire alarm systems, exit signs, elevators, etc. The Offeror completes Part A; Part B is for a professional engineer's detailed narrative report on fire safety, including a building's compliance with local codes and NFPA standards. Both parts ensure an accurate, detailed assessment of the building's fire safety, with Part B focusing on in-depth evaluation for higher-risk locations. Offerors must attest to the accuracy of their submissions, and any necessary corrections will be made at their expense.
    The file contains provisions outlining the terms and conditions for leasing real estate to the government. It defines submission deadlines, late submission procedures, and required formatting for offers. The government intends to award the lease based on a best value assessment, allowing offerors to propose alternatives and deviations if they benefit the government. Offerors must follow specific guidelines for signing and submitting proposals, with provisions for facsimile submissions. The file also mandates compliance with equal opportunity regulations and outlines procedures for protests and resolving unreadable facsimile submissions. Additionally, it specifies that properties located in floodplains will only be considered if there are no practicable alternatives.
    This file contains a "Lessor's Annual Cost Statement," which is a government-mandated form with instructions for property owners or their agents to detail the costs associated with leasing a property to the government. It requests information on the estimated annual costs of services and utilities furnished by the lessor, as well as ownership costs exclusive of capital charges. This form is used in the leasing process to help the government assess the fairness of proposed rental charges and to facilitate informed decision-making in acquiring leased spaces. The lessor is required to provide estimates for various expenses, such as cleaning, utilities, maintenance, and insurance, with separate columns for costs applicable to the entire building and the area leased by the government. The form also seeks details on real estate taxes, insurance costs, and administrative expenses. The lessor must certify the accuracy of the provided estimates. This statement aids in determining the financial viability and reasonableness of entering into a lease agreement.
    The file contains a proposal from a private entity offering to lease a federal government agency a space conforming to the government's specifications. The proposal is comprehensive, covering various details such as the building's attributes, financial aspects, additional remarks, and certifications. The building's overview is presented, including its location, size, and usable area, along with the proposed lease term, termination conditions, and a breakdown of expenses such as shell rent, operating costs, and parking rates. Additionally, the proposal addresses non-standard rental circumstances, renewal options, representative commissions, adjustments for various scenarios, and building renovation history. It also certifies that the offeror has read and understood the government's request for proposals.
    The file details a clause to be inserted into government lease contracts, focusing on ownership and financing representations for high-security leased spaces. It seeks to gather detailed information about the offerors' and lessors' ownership structures, including the presence of immediate and highest-level owners, and whether these entities are based in foreign countries or involve foreign individuals. Additionally, the clause requires representations on financing sources, aiming to identify any involvement of foreign entities or persons. This information is crucial for security clearances and annual updates are mandated to keep the government apprised of any changes. The clause ensures the currency and accuracy of the data, maintaining the government's right to rely on this information.
    The file contains instructions and forms related to seismic compliance for building leases being considered by the government. Forms A and B are used to certify compliance for benchmark and existing buildings, respectively, with engineering assessments and checklists required. Forms C commits to retrofitting existing buildings or constructing new ones, with responsibilities outlined for engineers. Form D allows offerors to claim exemption from seismic standards under specific conditions. Forms E and F are post-award and require engineers to certify that retrofitted or new buildings meet safety standards, including quality assurance plans and design codes. These forms are essential for the government's pre and post-award processes, ensuring compliance with seismic safety regulations for federally leased spaces.
    The file details the security requirements for a government facility leased from a private lessor. The lessor is responsible for implementing various physical and technological security measures. These include access control at facility entrances and common areas, video surveillance, and intrusion detection systems. The lessor must also ensure the protection of critical areas, such as mechanical and electrical rooms, and comply with cybersecurity requirements by safeguarding building access control systems and information. The government reserves the right to control access to certain areas and implement additional security protocols. The document outlines the security systems' testing and maintenance, with annual performance testing and prompt repairs for any failed components. Additionally, the lessor is required to cooperate with the facility's security committee and adhere to guidelines for construction security and emergency planning. The security measures aim to protect the facility, its occupants, and sensitive information.
    The file details the security specifications and associated costs for a government agency seeking to lease office space. It serves as a price list for security enhancements, differentiating between those pertaining to the building shell and those classified as tenant improvements. The former includes features like emergency power to critical systems and access controls, while the latter comprises enhancements like intrusion detection systems and shatter-resistant window protection. This comprehensive list enables the government to accurately budget and compare offers, with the potential for negotiation. Notably, some sections are left blank, indicating that no costs are currently associated with them.
    This file outlines the terms and conditions of a government lease for office space. It covers various aspects of the agreement, including the leased premises, rent, tenant improvements, appurtenant rights, general terms and conditions, alterations requested by the government, tax adjustments, and operating cost adjustments. The lease has a firm term of X years, with optional renewal terms, and outlines the rights and responsibilities of both the lessor and the government. The government seeks to lease approximately XX ANSI/BOMA Occupant Area square feet of space, including XX rentable square feet for office use, along with associated common areas and XX free parking spaces. Rent is detailed for the firm term, including rates for shell, operating costs, tenant improvements, building-specific amortized capital, and parking. The lease also addresses termination and renewal rights, alteration procedures, and tax adjustments. Additionally, it incorporates general clauses and standards for issues like authorized representatives, real estate taxes, and operating costs adjustments. Overall, this file represents a comprehensive government lease agreement, outlining the terms for the provision of space and associated services to the government.
    The Request for Lease Proposals (RLP) seeks a modern office space of 4793 to 5034 square feet for a Veteran Center in Columbia, South Carolina. The space should be in a prestigious location with ample parking and accessible public transport. The lease term is for an initial 5 years, with two 15-year options to extend. The RLP specifies pricing details, including rental rates, tenant improvements, and operating costs, to be submitted by Offerors using specified forms. Offerors must also provide evidence of financial capability and compliance with environmental, historic preservation, and security requirements. The lease is for a fully serviced space, and the selected Offeror will build tenant improvements based on the government's requirements post-award. This procurement prioritises efficiency, sustainability, and safety, with considerations for seismic safety and historic preference. The submission deadline is September 4th, 2024, and the government will evaluate offers based on the criteria outlined in the RLP.
    The file outlines a comprehensive cost summary and analysis for a government agency's planned construction project, encompassing both tenant improvements and the existing shell structure. It provides an itemized breakdown of anticipated expenses across various divisions, including finishes, site work, concrete, and electrical systems. The document also incorporates a high-impact percentage cost analysis, identifying key areas such as structural upgrades, HVAC replacements, and security measures that collectively contribute to the overall budget. Furthermore, it details the respective costs attributed to tenant improvements and the shell, offering clarity on the financial implications of each component. This information is essential for budgeting, decision-making, and accurately estimating the total cost of the project. Notably, the absence of numerical values in the provided data limits a precise financial analysis, but the structure and details supplied offer a solid framework for estimating expenses.
    The file contains a User Agreement outlining the rules and expectations for contractors regarding their access to Department of Veterans Affairs (VA) information systems and resources. It serves as a comprehensive guide, ensuring contractors understand their responsibilities and the security protocols they must follow. The agreement emphasizes the lack of privacy expectations when accessing VA systems and the potential consequences of unauthorized actions. Contractors must comply with VA directives, report security incidents, and use VA-approved software. Access is strictly for work-related purposes, and contractors are responsible for ensuring their actions align with the terms outlined in the agreement. This document aims to safeguard VA information and systems while holding contractors accountable for their actions and any associated consequences.
    The file outlines a wage determination for various construction workers in Richland County, South Carolina, related to building construction projects. It specifies hourly wage rates for different worker classifications, including electricians, plumbers, carpenters, and laborers, with potential additional payments for specialized work. The rates are intended to be prevailing rates in the area. The document also includes an appeals process for challenges, first contacting the Branch of Construction Wage Determinations and progressing to the Wage and Hour Administrator, with a final appeal option to the Administrative Review Board. Additionally, it mentions minimum wage requirements under Executive Orders and paid sick leave provisions for federal contractors, with links to further information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    X1DB--Mount Pleasant As-Built (VA-24-00080603) See Response Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms for a lease project related to the Mount Pleasant As-Built initiative, identified by solicitation number 36C24724R0084. The project requires approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC, with a preference for a 20-year lease that includes essential maintenance and utilities. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an anticipated cost between $100,000 and $10 million. Interested parties must submit expressions of interest by October 4, 2024, at 4:30 PM Eastern Time, and can contact Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further inquiries.
    X1AA--Hyannis, MA Vet Center Space
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of office space in Hyannis, Massachusetts, specifically for a new Vet Center. The requirements include a minimum of 3,969 rentable square feet (RSF) and a maximum of 4,168 RSF, designed to create a professional and aesthetically pleasing environment that facilitates optimal staff collaboration to serve veterans effectively. This procurement is crucial for enhancing the VA's ability to provide high-quality services to veterans, ensuring that the space meets stringent standards for accessibility, security, and functionality. Proposals are due by October 18, 2024, at 4:00 PM Eastern Time, and interested parties can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    Augusta Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease approximately 4,448 Net Usable Square Feet (NUSF) of Class A office or medical space for the Augusta Vet Center in Augusta, Georgia. The leased space must accommodate the Charlie Norwood VA Medical Center and include essential amenities such as janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and all utility costs included in the rent. This procurement is critical for providing accessible and secure facilities for veterans, ensuring compliance with ADA standards and safety regulations. Interested parties must submit their proposals by September 24, 2024, and can contact Kalisha Baisden at kalisha.baisden@va.gov or 803-221-1806 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.
    X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range from 4,644 to 4,876 rentable square feet and be located in a professional, aesthetically pleasing building that meets specific safety and accessibility standards, including seismic compliance. This procurement is crucial for providing necessary services to veterans, ensuring that the facility is equipped to support personnel, furnishings, and equipment effectively. Interested lessors must submit their proposals online by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or 256-403-9563.
    X1DB-- Columbia MO Research Facility Lease SDVOSB Set-Aside
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a research and development facility located in Columbia, Missouri, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to engage veteran-owned enterprises in providing essential space for research activities, aligning with federal objectives to promote small business participation in government contracts. Proposals must conform to the requirements outlined in the Request for Lease Proposals (RLP) and are due by October 30, 2024, at 4:00 PM EDT. Interested parties should register for a virtual pre-bid conference scheduled for September 5, 2024, by submitting their registration by September 4, 2024, to Thomas Leahy at toml@chartwellenterprises.com.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    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.
    G004--NEW REQUIREMENT/HEALTHCARE FOR HOMELESS VETERANS- RESPITE/NEW BASE PLUS FOUR (VA-25-00004914)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a contract to provide Medical Respite Residential Services for homeless veterans in Columbia, South Carolina. The contract, which spans five years from October 15, 2024, to October 14, 2029, aims to offer recuperative care, including room and board for up to five veterans daily, alongside essential medical services such as on-site nursing and medication management. This initiative is crucial for ensuring safe housing and continuity of care for vulnerable veterans transitioning from homelessness, with a total award amount of $19 million. Interested parties should contact Contracting Specialist William Prenzler via email at william.prenzler@va.gov for further details and must comply with all solicitation requirements, including the recent amendment regarding inspection prerequisites.