The Department of Veterans Affairs (VA) is soliciting lease proposals for 17,350 to 17,400 square feet of contiguous space in Homestead, Florida, with offers due by November 3, 2025. This Request for Lease Proposals (RLP) outlines requirements for a 10-year lease, with a 5-year firm term, for a modern building with 150 reserved parking spaces. The RLP details specific location boundaries, unique requirements including security level II, and neighborhood amenities like public transportation. It also specifies eligibility criteria such as seismic safety, asbestos-free conditions, accessibility, fire protection, and energy efficiency standards (ENERGY STAR® label). Offerors must submit financial commitments, proof of ownership or control, and demonstrate compliance with environmental and historic preservation acts. The lease will be a fully serviced, turnkey agreement, covering all Lessor costs including shell upgrades, tenant improvements, operating costs, and security upgrades, based on a proposed rental rate per rentable square foot.
The General Services Administration (GSA) RLP # 36C248-26-R-0002 – Exhibit I outlines the "Prelease Fire Protection and Life Safety Evaluation for an Office Building" using GSA Form 12000 (May 2015). This form is divided into two parts based on the offered space's floor level. Part A, completed by the Offeror for spaces below the 6th floor, covers general building information and fire protection systems via short answer and yes/no questions. Part B, required for spaces on or above the 6th floor, must be completed by a licensed professional engineer and involves a detailed narrative report evaluating the entire building's fire and life safety systems, including a walk-through and review of maintenance records. Both parts emphasize compliance with current building and fire codes, particularly NFPA 101 for egress. The document details fundamental code requirements, specific information required in each part (e.g., sprinkler and fire alarm systems, exits, elevators), and statements for certification. The professional engineer's report in Part B must identify deficiencies, code references, and recommended corrective actions. The accepted Part B is valid for five years, provided no major modifications occur. This comprehensive evaluation ensures prospective government office spaces meet stringent fire protection and life safety standards.
The Department of Veterans Affairs (VA) has issued a Sample Request for Past Performance and Questionnaire (RLP # 36C248-26-R-0002 – EXHIBIT J) to evaluate firms competing for a VA requirement. This questionnaire is crucial for assessing a contractor's past performance in award decisions, in accordance with Federal Acquisition Regulations (FAR). Responses are confidential, with names of respondents withheld, though summaries may be shared with the contractor. The survey, intended for the individual most knowledgeable about the contractor's operations, covers key areas such as contractor rating (Exceptional to Unsatisfactory), quality of work (compliance, maintenance, safety), response timing (correcting deficiencies, submitting reports), cost control (original contract amount, deductions, cost management), and business management (on-site management, quality control, subcontractor coordination). An overall rating and additional comments are also requested. The completed evaluations must be emailed to javier.correaochoa@va.gov by the specified deadline.
This government file, RLP # 36C248-26-R-0002 – EXHIBIT K, from the U.S. Department of Veterans Affairs, located in Homestead, Florida, outlines the Tenant Improvement Cost Summary (TICS) for federal government RFPs, federal grants, and state/local RFPs. The document provides a detailed breakdown of costs for both Tenant Improvements (TI) and Shell work, categorized by Masterformat CSI System Elements (Divisions 1-33). It includes sections for general requirements, existing conditions, concrete, masonry, metals, wood, plastics, composites, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, electrical, lighting, communications, electronic safety, electronic security, earthwork, exterior improvements, and utilities. The file also accounts for General Contractor Fees, Architectural & Engineering Fees, Other Lessor Costs, and Lessor's Project Management Fees. Instructions are provided for filling out the cost estimates, defining TI and Shell components, and including Building Specific Amortized Capital (BSAC) costs, particularly for security-related improvements. The Shell definition emphasizes a "warm lit shell" with completed base structure, building enclosure, common areas, and operational mechanical, electrical, and plumbing systems. Examples for various cost divisions clarify what falls under TI and Shell categories, ensuring a comprehensive and accurate cost estimation process.
The "Security Unit Price List (Level II)" is an exhibit for RLP # 36C248-26-R-0002, detailing estimated costs for security countermeasures in a lease agreement, specifically for a property in Homestead, Florida. This document outlines various security requirements across facility entrances, lobbies, common areas, government interior spaces, building exteriors, security systems, and building structure, as well as operational, administrative, and cybersecurity aspects. Key areas include employee and visitor access control, critical area securing, identity verification, formal key control, regulatory signage, landscaping, parking access, and protection of building systems like emergency generators and air intakes. It also addresses the design, installation, and maintenance of video surveillance, intrusion detection, and duress alarm systems. The document specifies whether items are "Priced in Shell," "Priced in Tenant Improvements," or "Government Provided," and instructs leasing specialists to adjust the spreadsheet based on changes to security paragraphs. The final amount for security countermeasures will be determined before the award, based on Design Intent Drawings and Construction Documents.
This government file outlines labor standards and wage requirements for federal construction projects under the Davis-Bacon Act, specifically for building construction in Miami-Dade County, Florida. It defines the 'site of the work' to include primary and dedicated secondary sites, excluding permanent contractor facilities. The document mandates weekly payment of prevailing wages and fringe benefits, as determined by the Department of Labor, and requires posting of wage determinations. It details procedures for classifying unlisted laborer categories, emphasizing agreement between contractors, workers, and the contracting officer, with final approval from the Wage and Hour Division. The file incorporates related regulations from 29 CFR parts 1, 3, and 5 and includes a wage determination with specific rates for various crafts as of July 4, 2025. It also highlights compliance with Executive Orders 14026 and 13658 regarding minimum wage rates and Executive Order 13706 for paid sick leave, and provides a process for appealing wage determinations.
The RLP No. 36C248-26-R-0002 outlines the mandatory contents for offers responding to a federal government Request for Lease Proposals, detailing required submittals for potential lessors. Key requirements include GSA Forms 1217 and 1364, scaled floorplans, and specific documentation for security and tenant improvements, along with associated cost breakdowns. Offerors must provide cover page information, property ownership verification, evidence of financial capability, zoning compliance, and historical preference documentation if applicable. Critical operational details such as fire protection plans, energy star documentation, and asbestos management plans are also required. The RLP specifies comprehensive operating cost requirements, turnkey pricing based on Design Intent Drawings (DIDs), and security improvement details. Additionally, offerors must address factor submittal requirements covering site-specific technical aspects, architectural design, emergency response times, property management, construction contractor qualifications, occupancy readiness, available space, past performance, and pricing. All submittals must adhere to strict guidelines, including SAM registration, and provide detailed construction schedules and references.
This government lease document, Lease No. 36C248-26-L-0003 for the Homestead CBOC Global Lease, outlines the terms and conditions for leasing property to the Department of Veterans Affairs (VA). It details instructions for offerors, defines the lessor and government's roles, and establishes a lease term of 10 years, with a 5-year firm period. Key aspects covered include rent and other considerations, such as annual rent, parking costs, and potential free rent periods, all subject to adjustment based on various factors. The lease also specifies termination rights for the government, documents incorporated into the agreement, and provisions for tenant improvement rental adjustments. Furthermore, it addresses real estate tax adjustments, operating cost adjustments based on the Consumer Price Index, and rates for vacant leased premises. General terms, conditions, and construction standards are meticulously defined, covering labor standards, work performance, and building components like fire suppression, accessibility, and HVAC. Post-award activities, tenant improvement components, and ongoing utilities, services, and obligations during the lease term are also detailed. Notably, the document includes requirements for safeguarding controlled unclassified information, indoor air quality, and hazardous materials. Overall, it serves as a comprehensive framework for the lease agreement, ensuring compliance and clarity for both parties.
The U.S. Department of Veterans Affairs (VA) is seeking to lease approximately 14,500 Net Usable Square Feet (NUSF) for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be contiguous, on a single floor with first-floor access, and include on-site parking for around 60 vehicles, with 6 handicapped spaces. The VA prefers a ground-floor facility in a medical or retail area. The building owner will provide architectural, engineering, and construction services to meet specific space requirements and design rooms according to RLP documents and various building codes and standards, including those from The Joint Commission, Facility Guidelines Institute, and NFPA. The lease will be full-service, including janitorial, basic cable, guest Wi-Fi, security monitoring, and maintenance. Additional requirements include ADA compliance, specific interior finishes, signage according to VA standards, secure telecommunications rooms, patient privacy measures, and the ability to connect to a generator. The lease also mandates Davis Bacon Act Wages for construction and sets response times for maintenance issues. The project emphasizes adherence to numerous references and standards to ensure a high-quality, compliant healthcare facility.
This document is an amendment to a Request for Lease Proposal (RLP) from the Department of Veterans Affairs, specifically RLP No. 36C248-26-R-0002, Amendment No. 0001. The primary purpose of this amendment is to extend the due date for responses. Offerer responses are now due no later than 3:00 PM ET on December 8, 2025. The amendment was issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) Leasing Team, and signed by Javier Correa, Lease Contracting Officer, on November 4, 2025. All other terms and conditions of the original RLP remain unchanged.
The Department of Veterans Affairs (VA) is conducting market research for a new 17,400 ABOA SF medical office and related space in Homestead, Florida, to be ready for occupancy by August 15, 2026. This "Sources Sought Notice" is not a solicitation but seeks expressions of interest from property owners, brokers, or legal representatives. The VA requires at least 150 parking spaces, and both new and modernized existing buildings will be considered. The desired location is within specific boundaries in Homestead, FL. Interested parties must submit detailed property information, including rental rates, availability, ownership, energy efficiency features, and services provided, by August 26, 2025. This market research will help the VA determine whether to set aside this requirement or allow unrestricted competition for a lease up to 10 years.
The Department of Veterans Affairs (VA), Miami VA Healthcare System, Network Contracting Office 8, has issued a presolicitation notice (RLP # 36C248-26-R-0002) for a new replacement/relocation project in Homestead, Florida. The VA intends to lease approximately 17,400 contiguous ABOA square feet of medical office and related space, requiring a minimum of 150 parking spaces. The lease term will be up to 10 years. Both new and existing buildings will be considered, but existing structures must have undergone modernization or adaptive reuse with modern conveniences. The space must be ready for occupancy by August 15, 2026. The desired location is within the boundaries of SW 272 Street (North), SW 328 Street (South), SW 142 Avenue (East), and SW 197 Avenue (West). All questions regarding this procurement should be directed via email to Javier Correa-Ochoa, Lease Contracting Officer, at javier.correaochoa@va.gov. The response deadline is September 12, 2025, at 15:00 Eastern Time.
The Department of Veterans Affairs (VA), Miami VA Healthcare System, Network Contracting Office 8, is seeking offers for a lease of 17,400 contiguous ABOA square feet of medical office space in Homestead, Florida, with a minimum of 150 parking spaces. The lease term can be up to 10 years, considering both new and existing buildings. Existing buildings must be modernized or adaptively reused and ready for occupancy by August 15, 2026. The property must be located within specific boundaries in Homestead, FL, and outside the 100-year flood plain. Responses are due by November 3, 2025, at 3:00 PM ET, and must include detailed property information, ownership documentation, and compliance with all RLP requirements. The VA will not pay more than the appraised fair rental value.
This document is Amendment 0001 to Solicitation Number 36C248-26-R-0002 for the FY26 New Replacement/Relocation: Homestead CBOC. The amendment, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), primarily extends the due date for responses to December 8, 2025, at 3:00 PM ET. The solicitation is for a set-aside contract under NAICS Code 531120 (Lessors of Nonresidential Buildings Other Than Miniwarehouses and Self-Storage Units) and Product Service Code X1DB. The place of performance is TBD in Homestead, Florida. The point of contact for this solicitation is Lease Contracting Officer Javier Correa.
This government file, RLP # 36C248-26-R-0002 – EXHIBIT C, outlines comprehensive security requirements for Facility Security Level II, applicable to lessors in federal government RFPs. It defines critical areas and the Design-Basis Threat (DBT), which informs security countermeasures. Key requirements cover employee and visitor access control, securing critical building areas with high-security locks, and restricting public contact with primary structural elements. The document also specifies security for government-controlled interior spaces, exterior landscaping, and parking. A significant portion details security systems, including Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, with options for lessor or government-provided installation and maintenance. All security systems require regular testing and maintenance. Additionally, it addresses structural security for windows and emergency generators, operational aspects like Facility Security Committees and construction security plans, and stringent cybersecurity protocols for Building and Access Control Systems (BACS), prohibiting their connection to federal IT networks and mandating adherence to NIST and DHS cybersecurity guidance.
The document acts as a placeholder or error message, indicating that the PDF viewer may not be able to display the content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download for proper viewing. For further assistance, it directs users to http://www.adobe.com/go/acrreader. The message also includes trademark information for Windows, Mac, and Linux. This file is not a typical government RFP, grant, or solicitation but rather a technical instruction for accessing a document.
GSA Form 1217, titled “LESSOR’S ANNUAL COST STATEMENT,” is an exhibit (RLP # 36C248-26-R-0002 – EXHIBIT E) used by the GSA Public Buildings Service to gather detailed annual cost estimates from lessors for services, utilities, and ownership expenses. The form is divided into two sections. Section I covers estimated annual costs for services and utilities furnished by the lessor as part of the rental consideration, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous items like building management and security. Lessors must itemize costs for the entire building, the government-leased area, and government-use-only areas. Section II addresses estimated annual costs of ownership, excluding capital charges, such as real estate taxes, insurance, building maintenance, lease commission, and management. The form requires the lessor's certification, confirming the accuracy of the provided estimates. This document is essential for federal lease proposals, ensuring transparency and accountability in cost reporting.
The GSA Template 3516 RLP # 36C248-26-R-0002 outlines solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, lease execution parties, protest procedures, facsimile proposals, and System for Award Management (SAM) requirements. Key aspects include submission, modification, revision, and withdrawal of proposals, emphasizing timeliness and proper formatting. The document also addresses restrictions on data disclosure, lease award criteria based on best value, and post-award debriefing information. Offerors must be registered in SAM at the time of award and comply with Federal Acquisition Supply Chain Security Act (FASCSA) orders, representing that they will not use prohibited covered articles or sources unless disclosed for waiver consideration. The document details specific requirements for how various entities (individuals, partnerships, corporations, joint ventures) must sign the lease and provides guidelines for handling unreadable facsimile proposals.
This government file, RLP # 36C248-26-R-0002 – EXHIBIT G, outlines the General Clauses for the acquisition of leasehold interests in real property, covering various aspects of the lessor-government relationship. Key areas include general provisions like definitions, subletting, assignment, subordination, and integrated agreements. It details performance requirements such as lessor default, inspection rights, delivery conditions, progressive occupancy, property maintenance, fire and casualty damage, compliance with laws, and alterations. Payment clauses address system for award management, prompt payment, assignment of claims, and payment calculations based on ABOA square footage. Standards of conduct cover business ethics, contingent fees, anti-kickback procedures, drug-free workplaces, and hotline poster display. Adjustment clauses discuss price adjustments for illegal activities, defective pricing data, proposals for adjustment, and changes. Audit and dispute procedures are also included. Labor standards focus on small business programs, equal opportunity for veterans and individuals with disabilities, and employment reports. Small business provisions cover subcontracting with debarred contractors, certified cost data, HUBZone preferences, utilization, subcontracting plans, liquidated damages, and executive compensation reporting. Cybersecurity clauses mandate security requirements, personal identity verification, safeguarding information systems, and prohibitions on hardware/software from specific entities like Kaspersky Lab and ByteDance, and telecommunications/video surveillance services/equipment from certain sources, as well as Federal Acquisition Supply Chain Security Act orders. The document also includes general incorporation by reference clauses and notes on OMB approval for information collection.
The GSAR 552.270-33 clause, updated in November 2024, mandates disclosure of foreign ownership and financing for high-security leased spaces within federal government RFPs. Offerors (property owners) must complete a representation form at proposal submission, and successful awardees (Lessors) must update it annually and upon lease transfer. The form defines 'foreign entity,' 'foreign person,' 'immediate owner,' and 'highest-level owner' to ensure comprehensive disclosure. It requires information on whether the immediate owner and highest-level owner are foreign entities or persons, including their legal name, unique entity identifier, physical address, and country. Additionally, it requires disclosure of any foreign entity or person involved in the financing of the lease. This ensures transparency regarding foreign influence in government-leased properties.