X1DB--Cheshire County, NH 29,700 to a maximum of 32,400 ANSI/BOMA NTE 37,260 RSF
ID: 36C10F24R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, 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 proposals for a lease of office space in Cheshire County, NH, specifically for a Community Based Outpatient Clinic (CBOC). The procurement aims to secure between 29,700 and 32,400 ANSI/BOMA square feet of contiguous space in a modern facility that meets federal standards for healthcare environments, including accessibility and security requirements. This initiative is part of the VA's commitment to enhancing healthcare services for veterans, ensuring that the facility is equipped to provide comprehensive outpatient care. Interested parties must submit their proposals by February 19, 2025, with a pre-bid conference scheduled for January 9, 2025. For further inquiries, contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov.

    Point(s) of Contact
    Mayra I RosaLease Contracting Officer
    James Cassidy
    Alternate Government Contact
    mayra.rosa@va.gov
    Files
    Title
    Posted
    The document is a Request for Lease Proposals (RLP No. 36C10F24R0006) issued by the Department of Veterans Affairs for commercial leasing in Cheshire County, NH. Bids must be submitted by February 19, 2025, with a pre-bid conference scheduled for January 9, 2025. The government seeks between 29,700 to 32,400 ABOA square feet of contiguous space in a high-quality modern building. Proposals must comply with specific requirements outlined in the RLP, including accessibility standards, security requirements, and site location considerations. Key aspects include the evaluation of offers based on criteria like layout efficiency and environmental compliance, particularly concerning asbestos and floodplain restrictions. Historical property preference is included, emphasizing the need to consider historic buildings in the application. Offerors are required to provide comprehensive proposals, including financials via GSA Form 1364, while being prepared for inspections and potential negotiations for tenant improvements after the award. The purpose of this RLP is to secure suitable office space that meets the operational needs of the VA while complying with federal regulations and sustainability standards, emphasizing optimal use of resources for veterans’ services.
    This document outlines the terms and conditions of a lease agreement between the United States Department of Veterans Affairs (VA) and a selected lessor for office space use. The lease will include terms for rental payments, including a free rent period, adjustments based on tenant improvements and real estate costs, and detailed premises specifications. The lease will state the duration, which includes options for renewal, specific rights to appurtenant areas, and responsibilities for operational costs and improvements. Furthermore, it establishes guidelines for lease modifications, procedures for payment to brokerage services, and legal responsibilities related to the ownership of the property. Key areas of concern include adjustments for real estate taxes, operating costs, and guidelines for the construction and maintenance of the leased space, along with requirements for ensuring accessibility and compliance with federal standards. Overall, this comprehensive lease template serves to formalize the transaction and govern the relationship between the VA and the lessor, emphasizing transparency, adherence to regulations, and the provision of necessary services.
    The document is an Agency Specific Requirements (ASR) package associated with RLP No. 36C10F24R0006, issued by the Veterans Affairs (VA) for a project in Cheshire County, NH. It outlines essential documents that are integral to the project, which include various appendices related to design and facility specifications. Appendix A addresses the Program for Design, Project Room Contents, Lease Design Narrative, Room Data Matrix, Information Transport Systems, and Facility Security Level Requirements, while Appendix B covers Janitorial and Site Management Services. The inclusion of conceptual plans and design drawings signifies a comprehensive approach toward developing service spaces that align with VA standards and operational needs. This ASR indicates the VA's commitment to establishing functional and secure facilities that cater to the needs of veterans, emphasizing the importance of detailed planning in government contracting processes.
    This document outlines the design program for the Cheshire County Community Based Outpatient Clinic (CBOC) as part of a solicitation for the merger of the Brattleboro and Keene CBOCs in Keene, NH, projected to start in 2024. The proposal encompasses various functional areas within the clinic, detailing room specifications, including designations for waiting areas, clinical exam rooms, and support offices, with a total of 164 rooms encompassing a net area of 17,735 square feet and a gross area of 35,913 square feet. Key functional areas detailed include Patient Aligned Care Teams (PACT), multi-specialty clinics, and mental health services, each with tailored room requirements. The document emphasizes considerations for accessibility, equipment storage, and staff support, indicating a comprehensive approach to outpatient care design aimed at enhancing patient experience and operational efficiency. Overall, this design proposal signifies the government’s commitment to improving healthcare service delivery through infrastructure upgrades that align with population health needs in Cheshire County, reflecting the broader objectives of federal health initiatives and state/local requirements.
    The Cheshire County Community Based Outpatient Clinic (CBOC) project outlines anticipated changes and expansions related to merging the Brattleboro and Keene CBOCs in Keene, NH, projected for 2024 with a midpoint in 2026. The document details the spatial requirements and specific furnishings and equipment for various functional areas within the clinic, organized by department and room code. It includes information on workstations, patient education resources, office furnishings, and waiting rooms, emphasizing the importance of accommodating patient needs while ensuring a functional workspace for staff. The list categorizes multiple items needed, such as desks, chairs, computers, telephones, and specialized patient care equipment, to ensure optimal clinic operations and patient service. By focusing on effectiveness in space planning, the project aims to enhance overall patient experience while maintaining efficiency for clinical staff. This summary is in line with government initiatives to improve healthcare facilities and services while ensuring compliance with the necessary standards and regulations.
    The VA Leased Community Based Outpatient Clinic (CBOC) Design Narrative outlines specifications for creating a patient-centered primary care environment in Cheshire County, NH. The document details general requirements including adherence to pertinent codes, standards, and pricing structures. Emphasizing the need for standardized design, it provides protocols for planning and room configurations aligned with the Patient Aligned Care Team (PACT) model to enhance veteran care. Technical narratives cover site and civil design, architectural considerations, and mechanical, plumbing, and electrical systems. Accessibility and safety are prioritized, with specifications for construction materials and equipment to accommodate patients with special needs. Unique features include appropriate parking ratios, extensive room data matrices, and equipment specifications for healthcare functions such as surgical and outpatient services. This comprehensive narrative serves as a guideline for contractors responding to RFPs for the construction and operation of VA-funded clinics, highlighting the importance of compliance with federal and local regulations while ensuring a high standard of care for veterans through modern facility design.
    The document outlines specifications for various healthcare facility rooms, focusing on design standards per the FGI Guidelines and ASHRAE standards. It details room types, dimensions, finishes, mechanical and electrical parameters, power requirements, and lighting controls for spaces such as examination rooms, laboratories, consultation areas, and support facilities. Each room’s requirements are specified, including ceiling heights, wall finishes, sound isolation ratings, HVAC systems, lighting types, and occupancy controls. The meticulous documentation aims to ensure compliance with safety, accessibility, and operational efficiency standards critical for healthcare environments. This structured approach reflects the government's commitment to providing well-equipped medical spaces through federal RFPs, grants, and local proposals. Adhering to these guidelines supports consistent quality in healthcare facilities, aligning with regulatory mandates and best practices in facility design.
    The document outlines the Telecommunications Infrastructure Specifications for the Community Based Outpatient Clinic (CBOC) under the Department of Veterans Affairs. It details the essential infrastructure requirements for information transport systems within the clinics, focusing on copper and fiber optic connections for robust data transmission. Critical components include specifications for telecommunications equipment such as patch panels, fiber distribution systems, and work area outlets. Each component is designed to meet Category 6A standards, ensuring compatibility and performance in high-demand data environments. The document also addresses power distribution through the use of redundant systems to guarantee continuous operation of telecommunications equipment. It provides a structured plan for the installation of equipment racks, power distribution units (PDUs), and environmental management considerations, such as air conditioning requirements for telecommunications rooms. Overall, this specification serves as a guideline for contractors and engineers to implement standardized, reliable communication networking solutions in support of veteran healthcare services. By establishing clear technical requirements, it facilitates adherence to government standards and enhances the overall efficiency of the CBOC's operational capabilities, ultimately contributing to improved veteran care services.
    The document outlines the security requirements for facilities classified as Facility Security Level II (FSL II) under the Department of Veterans Affairs (VA). It specifies obligations for lessors regarding site security, structure integrity, access control, and interior security measures. Key points include the definition of critical and sensitive areas, the need for robust lighting and landscaping to minimize concealment, and the design of blast-resistant constructions. Additional measures involve vehicular barriers, intrusion detection systems (IDS), and video surveillance systems (VSS) that must be designed to protect sensitive zones. The document emphasizes the integration of these systems with emergency protocols and cybersecurity safeguards, prohibiting lessors from connecting their systems to federal networks. A comprehensive Facility Security Plan is required, addressing security operations, emergency contacts, and contingencies. The intent is to ensure the safety of occupants and integrity of operations within VA-controlled facilities, reflecting stringent standards necessitated by potential threats. Overall, the document provides detailed guidance for compliance with federal security standards, ensuring that the physical security infrastructure supports the operational needs of the VA while adhering to applicable regulations.
    The document outlines the specifications and details for the Brattleboro/Keene Community Based Outpatient Clinic (CBOC) project in Cheshire County, NH, managed by the Office of Construction and Facilities Management under the U.S. Department of Veterans Affairs. It identifies the task order number (36C10F23N0079) and provides essential information such as the project's title, location, issue date (6/26/2024), and contact details for the consulting engineering firm, Atriax PLLC. The drawings contained in the document aim to create a conceptual block diagram layout and an ABOA block diagram layout for the facility, ensuring compliance with federal standards and regulations. The work involves revisions based on previous comments and is categorized as "not for construction." The documentation signals a commitment to improving veteran healthcare facilities in the region while following necessary regulatory processes. Key details include space allocation, dimensions for various clinic areas, and a clear timeline for submissions and revisions to assist in the project development.
    The VA Lease Service Narrative outlines the requirements for leasing services related to VA outpatient clinics, emphasizing compliance with various health, safety, and environmental standards. It serves as a framework for the operational maintenance, utility provision, and janitorial services necessary for these leased facilities. Key components include adherence to national and local codes, maintenance of HVAC systems, and regular janitorial practices that meet specific health guidelines. The document details the responsibilities of the lessor, including the maintenance of a clean environment, appropriate handling and disposal of hazardous waste, and sustainable practices like recycling. The lessor must implement periodic service schedules, ensure identity verification for personnel, and present operational management plans to the VA. Compliance with standards from organizations such as the National Fire Protection Association and The Joint Commission is required. Ultimately, this narrative aims to standardize the quality of services provided in VA leased spaces, ensuring operational integrity, safety, and wellness for patients and staff while adhering to federal regulations and guidelines. The structured document serves as a vital resource for bidders and contractors in understanding expectations and compliance necessities in response to the RFPs from the VA.
    The Offering Entity Acknowledgement Form from Cheshire County, NH, pertains to RLP ID 36C10F24R0006 and is crucial for any organization submitting proposals in response to a government Request for Proposals (RFP). The form requires offerors to confirm the accuracy of their provided information, which is key for the evaluation process, emphasizing that incomplete submissions may be considered non-responsive. Essential details requested include entity name, address, various identification numbers, and authorized officials' contact information. Furthermore, the form assesses the contractor's size status and certifications, specifically focusing on their status as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB). Verification in the System for Award Management (SAM) and VetCert is also required. This form serves to consolidate necessary information to facilitate compliance in government contracting processes, ensuring that all offerors meet established criteria before evaluations.
    The document is an Offeror Proposal Compliance Matrix for the RLP No. 36C10F24R0006 concerning the Cheshire County, NH - CBOC. It serves as a structured tool requiring offerors to respond to various proposal submission requirements in a systematic manner, marking compliance through "Yes" or "No" and providing necessary comments. The matrix is divided into four main volumes: Technical Proposal, Price Proposal, Environmental, and Additional Submittals & Financial Capability. Key elements outlined include evidence of site location, compliance with technical and environmental standards, details of the delivery schedule, past performance, qualifications, and compliance with socio-economic requirements. Each section specifies relevant schema and requirements denoted by references to specific RLPs. The main purpose of this document is to ensure comprehensive compliance with proposal stipulations for potential contractors responding to the RFP, thereby facilitating an organized evaluation process by the federal agency. This systematic approach aims to ensure proposals meet required standards for quality, cost, and compliance in the development of the Community-Based Outpatient Clinic in Cheshire County, NH.
    The document currently cannot be displayed in its intended format, indicating issues with the PDF viewer being used. It suggests upgrading to the latest version of Adobe Reader for better accessibility and provides links for assistance. This procedural message underlines the importance of proper software compatibility for viewing government files, which include essential information about RFPs, grants, and related documents. Without direct content from the file, it remains focused on the technical aspects of file access rather than the substantive details regarding federal or state/local funding opportunities.
    The Department of Veterans Affairs has issued a Request for Lease Proposals (RLP) which outlines requirements for a leasing arrangement. The document emphasizes that offerors must complete various sections concerning rental rates, tenant improvements, and annual operating expenses but has placeholders with zero values indicating that specifics have yet to be determined. Key sections include details about annual rent (both fully-serviced and shell), tenant improvement costs, and operating expenses that must be entered in real dollar amounts. Offerors are directed to ensure that their submissions align precisely with GSA Forms 1364 and 1217 and are instructed not to input formulas or pre-populated data. The document's structured approach highlights the parameters under which leases are sought, indicating a firm commitment to transparency and standardized reporting within federal real estate transactions. This RLP serves as a framework for potential lessors to propose financial terms and conditions relevant to the leasing of space for Veterans Affairs.
    The Lessor's Annual Cost Statement, part of the U.S. General Services Administration (GSA) documentation, outlines the estimated annual costs associated with services and utilities provided by a lessor as part of rental agreements for government-leased properties. The statement requires lessors to detail costs for various services, including cleaning, heating, electrical, plumbing, air conditioning, and miscellaneous expenses. Two sections guide the preparation of estimates: Section I focuses on service and utility costs for the entire building and the government-leased area, while Section II addresses ownership costs excluding capital charges. Important calculations include square footage measurements and the associated cost estimates for maintenance, repairs, real estate taxes, and insurance. The document emphasizes adherence to prevailing rental rates within the community, ensuring transparency and justification in the rental pricing for government leases. Completeness and accuracy of the information submitted, along with a certification from the lessor, are critical for fulfilling the government’s requirement for fair market evaluations in their leasing process.
    The VA-FSC Vendor File Request Form (VA Form 10091) is designed for vendors seeking to establish or update their records in the VA Financial Services System. The form requires detailed vendor and bank information, including a Unique Entity Identifier (UEI) for those registered in the System for Award Management (SAM). Vendors must select their type from various categories, such as commercial, federal agency, or small business. The document includes instructions on how to fill out the form and emphasizes the importance of providing accurate information to avoid delays in payment processing. Additionally, there is a digital version available through the Financial Services Center’s Customer Engagement Portal, which requires initial registration with ID.me for use. Vendors are encouraged to register for SAM to improve security and streamline payment tracking. The form must be submitted via secure fax, and the processing time for submissions is typically 3 to 5 business days. The document highlights compliance with the Privacy Act of 1974, indicating that the collected information is essential for transferring payment data electronically and preventing fraud. This process is vital for vendors to ensure prompt payments from the VA while maintaining accurate records in accordance with federal regulations.
    The document outlines the Past Performance List of References and Past Performance Questionnaire (PPQ) required for Veterans Affairs (VA) solicitations. It is structured into sections detailing submission instructions, contractor information, general work details, contract specifics, and evaluation criteria. Offerors must provide references for past contracts, indicating whether they are VA or non-VA contracts, and submit questionnaires that include information about the contract type, performance details, and references from contracting officers and representatives. Each evaluation encompasses ratings from Exceptional to Unsatisfactory across various performance aspects, including quality, schedule adherence, customer satisfaction, management, cost control, safety, and overall summary. The document emphasizes the importance of accurate information to assess risks associated with contractor performance. The overall purpose is to facilitate thorough evaluation in line with government requirements, ensuring that contractors meet performance standards beneficial to the VA and its objectives in managing federal contracts effectively.
    The document provides comprehensive instructions for completing the Standard Form 330, used by federal agencies to evaluate architect-engineer (A-E) firms' qualifications for contracts. The purpose of this form is to ensure compliance with the Selection of Architects and Engineers statute, which mandates a public announcement and a selection process based on demonstrated competence. The form is divided into two parts: Part I focuses on contract-specific qualifications, requiring detailed information about the contract, project team, organizational structure, key personnel resumes, and example projects. Part II addresses the general qualifications of a firm, including ownership, employee disciplines, experience profile, and revenue history. Agencies may set additional specific instructions for their submissions. Overall, the document emphasizes the systematic evaluation and selection of qualified A-E firms in federal contracting, aiming to ensure competency, fairness, and adherence to federal regulatory standards.
    The document titled "Contractor's Qualifications and Financial Information" serves as a comprehensive form required by the U.S. General Services Administration for contractors seeking to engage with federal contracts. It outlines essential organizational and financial information that must be provided by the contractors, including their business structure, taxpayer ID, financial statements, and ownership details. Key sections include inquiries on any financial liabilities, such as previous bankruptcies, delinquency on federal debts, and current government financing. It also requests detailed balance sheets and income statements to assess the contractor's financial health. Furthermore, sections related to suppliers, banking information, and ongoing contracts help establish a comprehensive view of the contractor's capabilities and commitments. The document emphasizes the necessity for transparency and accuracy in reporting financial standings, outlining the importance of maintaining financial responsibility while interacting with government contracts. By gathering this information, the government aims to ensure that selected contractors possess the necessary qualifications and stability to execute federal projects successfully.
    The document is a formal record of various lessor and government interactions, detailing multiple parties associated with federal and state/local Requests for Proposals (RFPs) or grants. The main focus of this file appears to be the identification of stakeholders and the establishment of a relationship between the government and lessor entities. The structure features repetitive entries, likely indicating a template for listing respective lessors and corresponding government agencies without additional information provided. The purpose of this compilation may serve as a registry or reference point for future contractual engagements within the framework of federal requirements. This file could facilitate ease of access to key stakeholders involved in the procurement process, ensuring transparency and accountability in dealings related to public funds and governmental resources. However, due to the absence of specific details, the document primarily acts as an outline rather than an informative report. Overall, it underscores the formal nature of government RFPs and grants, focusing on the interaction between lessors and governmental bodies without delving into particular projects or proposals.
    This government document outlines the solicitation provisions related to the acquisition of leasehold interests in real property, primarily focusing on acquisition procedures for offerors. Key instructions include definitions for terms such as "discussions" and "proposal revisions," guiding the preparation, submission, and potential modification of proposals. Offerors must acknowledge any amendments to solicitations, adhere to submission deadlines, and follow specific protocols for late proposals. The document also emphasizes the importance of using sealed envelopes for proposals and stipulates conditions under which late submissions may be accepted. An essential aspect is the Government's intent to award leases to responsible offerors based on best value assessments and allows for the inclusion of proposals that deviate from standard requirements if they offer comparative advantages. Moreover, provisions regarding data confidentiality, compliance evaluations for contracts exceeding $10 million, and requirements related to the System for Award Management (SAM) registration are highlighted. Lastly, the document includes mandates around contractor obligations relating to the Federal Acquisition Supply Chain Security Act, ensuring compliance and transparency in submissions. This structured approach underscores the government’s commitment to fair and efficient procurement practices.
    The document outlines the general clauses for lease agreements between government entities and lessors, focusing on federal regulations for the acquisition of leasehold interests in real property. Key topics include definitions, subletting rights, lease successors, and compliance requirements. Significant details address the responsibilities of lessors regarding maintenance, inspections, and handling of alterations within the leased premises. Payment terms, including prompt payment procedures and assignment of claims, are also specified. Essentially, this document serves as a comprehensive guide to stipulating the rights and obligations of both parties during the leasing process, ensuring adherence to relevant laws and standards. The inclusion of cybersecurity, labor standards, and equal opportunity clauses further emphasizes the government's commitment to ethical practices and secure operations. Overall, the document's structured approach provides a clear framework for managing leases while safeguarding government interests, underscoring the importance of compliance, accountability, and transparency in federal and state leasing agreements.
    The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for any office building space offered for leasing. The evaluation consists of two parts: Part A focuses on spaces below the 6th floor and is completed by the Offeror or their authorized representative, while Part B applies to spaces on or above the 6th floor and must be conducted by a licensed professional engineer. Both parts assess compliance with pertinent building and fire codes, notably referencing the National Fire Protection Association (NFPA) standards. Key elements include evaluations of the building's general information, fire protection systems (like automatic sprinklers and alarms), exit signage, elevators, and emergency lighting. Professional engineers must document findings, including any deficiencies and corrective recommendations. This thorough report is crucial for ensuring the space meets government safety and legal standards before lease acceptance, reflecting the commitment to occupant safety and regulatory compliance in government procurement processes. The evaluation results remain valid for five years unless significant changes occur in the building structure.
    The document is a Certification of Building Energy Performance related to a project in Cheshire County, NH, under RLP No. 36C10F24R0006. It certifies compliance with energy efficiency regulations set by the Department of Energy, specifically 10 CFR Part 433, which outlines mandatory performance standards for new federal buildings. The certificate acknowledges the project will adhere to these standards, ensuring energy conservation in the building’s design and construction. It includes sections for crucial organizational information such as project title, number, and details on the responsible architect-engineer firm. The document serves as a formal declaration to ensure accountability in meeting federal energy efficiency guidelines as part of governmental Request for Proposals (RFPs) and funding initiatives. This is indicative of the federal commitment to promoting energy conservation in public infrastructure projects.
    This document pertains to the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, as required by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that the "Offeror," the property owner, must disclose whether they provide or use "covered telecommunications equipment or services" in their government contracts. The document outlines definitions relevant to the provisions, including prohibited activities and exceptions, particularly related to backhaul and interconnection arrangements. Offerors must check a box indicating if they will or will not provide covered telecommunications equipment and disclose relevant details if applicable. Additionally, they are advised to consult the System for Award Management (SAM) for entities excluded from federal awards due to such equipment. Overall, the document aims to ensure compliance by safeguarding against the procurement of potentially unsafe telecommunications services or equipment in federal contracts, reflecting the government's effort to mitigate risks associated with security and technology reliance.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-bid Conference to facilitate discussion and clarify requirements concerning a Request for Lease Proposal (RLP No.: 36C10F24R0006) for leasing a facility comprising a total of 32,400 ANSI/BOMA square feet and 150 parking spaces located in Cheshire County, NH. The conference will occur virtually on January 9, 2025, at 1:00 PM EST, with interested parties required to pre-register by January 3, 2025. All inquiries regarding the RLP must be submitted electronically by January 16, 2025, at 4:00 PM EST. Registration is to be emailed to designated contacts. This initiative underscores the VA's commitment to engaging with industry stakeholders as part of the procurement process, enhancing transparency, and ensuring compliance with federal guidelines in leasing initiatives.
    The document is a confidentiality certificate associated with a solicitation for offers related to an outpatient clinic contract in Cheshire County, NH, specifically numbered 36C10F24R0006. It emphasizes the importance of protecting sensitive data pertaining to Physical Security Design Standards, which are designated for official use only. Contractors involved in the VA project are obligated to keep these documents confidential, disclosing them only to authorized personnel who must submit a signed confidentiality certificate for approval before access. The document outlines requirements for safeguarding the information, reinforcing the need for a secure handling process to prevent unauthorized disclosures. Overall, this reflects the government's commitment to confidentiality and security in managing sensitive project-related information.
    The document details a Request for Lease Proposal (RLP) concerning property in Cheshire County, NH, issued by the Department of Veterans Affairs Office of Construction and Facilities Management. The contracting office is located at 425 I Street NW, Washington DC, with proposals due by February 19, 2025, at 4 PM Eastern Time. The solicitation number is 36C10F24R0006, and the project encompasses a total area requirement of between 29,700 and a maximum of 32,400 ANSI/BOMA NTE RSF. The proposal does not involve Recovery Act funds and is categorized under the Product Service Code X1DB and NAICS code 531120. For inquiries, contacts include Lease Contracting Officer Mayra I Rosa and Alternate Government Contact James Cassidy, with their respective email addresses provided. Interested parties are directed to the attached documents for further information regarding the lease proposal. This notice serves to formally announce the opportunity for prospective lease contractors to bid for office space to meet the needs of the Department of Veterans Affairs in the specified region.
    The document serves as an amendment to a previous solicitation regarding a lease in Cheshire County, NH. The contracting office, part of the Department of Veterans Affairs, is seeking responses by March 5, 2025, for a project with a maximum size of 32,400 ANSI/ABOA and a not-to-exceed (NTE) area of 37,260 RSF. The document includes the solicitation number 36C10F24R0006 and specifies that it does not involve Recovery Act funds. It provides contact information for the lease contracting officer, Mayra I Rosa, and an alternate government contact, James Cassidy. Additional documentation attached to the amendment includes details on the Request for Information (RFI) Tracker and Wage Rate Determination. This amendment is critical for clarifying requirements and ensuring compliance for prospective bidders in the government procurement process.
    Amendment No. 01 to Request for Lease Proposal No. 36C10F24R0006 details significant updates regarding the leasing process for the Outpatient Clinic (OPC) in Cheshire County, NH, under the Veterans Affairs (VA). The due date for offer submissions has been rescheduled to 4:00 PM EST on March 5, 2025. An important virtual Pre-Bid conference will occur on January 17, 2025, requiring interested participants to pre-register by January 15, 2025. Moreover, it is emphasized that any initial questions from interested parties must be submitted by 4:00 PM EST on January 23, 2025. All respondents are required to acknowledge receipt of this amendment with their offer by initialing each page and signing the document. This amendment serves to clarify and outline the processes involved in submitting proposals for the lease agreement, ensuring transparency and orderly communication among potential offerors.
    This document is Amendment No. 01 to Request for Lease Proposal No. 36C10F24R0006, issued by Veterans Affairs (VA) for an Outpatient Clinic (OPC) in Cheshire County, NH. The amendment updates the offer due date, now set for 4:00 PM EST on March 5, 2025, replacing an earlier date. Additionally, it announces a pre-bid conference scheduled for January 17, 2025, at 1:00 PM EST, to be conducted virtually. All prospective offerors are required to acknowledge receipt of this amendment by initialing each page and signing at the designated space, ensuring their acknowledgement is included with their initial proposal. The structure of the amendment is straightforward, consisting of a header, specific changes to the RLP, and instructions for offeror acknowledgment. This amendment is part of the federal procurement process, aimed at soliciting bids for leasing space to establish a VA outpatient clinic, reflecting the VA's ongoing commitment to providing accessible healthcare services to veterans.
    Amendment No. 02 to Request for Lease Proposal No. 36C10F24R0006, issued by the Veterans Affairs (VA) for the Cheshire County, NH Outpatient Clinic, outlines revisions to the original lease terms. Key changes include the deletion of Lease Paragraph 6.04, concerning Green Building Efficiency, and sub-paragraph E of Paragraph 6.20 regarding Recycling and Composting. Additionally, an updated RFI Tracker has been attached, and the original DOL Wage Determination has been replaced with a new version. Respondents must acknowledge receipt of this amendment by signing and initialing all pages, which is necessary for their initial offer submission. This amendment streamlines certain obligations and clarifies the requirements applicable to potential lease offers for the outpatient facility, aligning with federal leasing protocols.
    The document outlines responses from the Department of Veterans Affairs (VA) regarding Requests for Information (RFI) related to a facility project in Cheshire County, NH. A significant aspect addressed is the acceptance of alternative systems, such as septic and water well systems, in remote areas lacking sewer and water access, both deemed acceptable if they meet applicable regulations. The VA clarifies that a true building concept is not available and CAD drawings will not be provided. Key project requirements are confirmed, including the absence of a pharmacy, surgical suite, and various medical services, thus indicating these features do not apply to the project. Additionally, the necessity for a standby generator for emergency needs is reaffirmed as a shell requirement, highlighting its importance for compliance. The responses ensure that stakeholders understand the project's scope, thus aiding in the preparation and submission of proposals following established guidelines. The document serves as crucial guidance for vendors involved in the RFP process, ensuring alignment with the VA’s specifications and expectations for the facility.
    Similar Opportunities
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space for a Community-Based Outpatient Clinic (CBOC) in Hagerstown, MD. The procurement aims to establish a facility that meets the healthcare needs of veterans, adhering to the Patient Aligned Care Team (PACT) model and ensuring compliance with federal standards for accessibility, security, and energy efficiency. This initiative is critical for enhancing the delivery of healthcare services to veterans, reflecting the government's commitment to providing quality care. Proposals are due by April 2, 2025, with a pre-proposal meeting scheduled for February 18, 2025, and interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    X1DB--501 Silver City CBOC - Succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking sources for a succeeding lease for the Silver City Community-Based Outpatient Clinic (CBOC) in New Mexico, as the current lease is set to expire on April 7, 2026. The VA intends to lease approximately 6,437 rentable square feet of space, with an occupancy requirement by April 8, 2046, and is open to considering alternative spaces that are cost-effective. This procurement is crucial for ensuring the continued provision of healthcare services to veterans in the Silver City area, with specific requirements including a single-floor layout, on-site parking for at least 45 vehicles (including ADA-compliant spaces), and locations outside the 100-year flood plain. Interested property owners or brokers must submit detailed documentation by March 24, 2025, to the Lease Contracting Officer, Misty Pham, at misty.pham@va.gov or by phone at 562-708-7191.
    X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for a Comp & Pen clinic located in San Diego, California. The procurement aims to secure approximately 13,065 ABOA square feet of space that meets specific healthcare facility standards, including compliance with seismic safety, environmental considerations, and security requirements. This facility will play a crucial role in providing essential services to veterans, ensuring accessibility and patient-centered care as outlined in the Patient Aligned Care Team (PACT) model. Interested offerors must submit their proposals by March 31, 2025, and can direct inquiries to Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345.
    X1DB--Texas City New Replacing RLP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of up to 41,300 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for veterans. The facility must meet specific requirements, including being contiguous, compliant with the Americans with Disabilities Act (ADA), and equipped with 135 on-site parking spaces, while adhering to stringent technical specifications for healthcare services. This initiative aims to enhance healthcare delivery for veterans, ensuring a modern and accessible environment for various medical services. Interested parties must submit their proposals by April 3, 2025, at 1:00 PM CST, and must be registered in the System for Award Management (SAM) with a Unique Entity ID Number (UEI). For further inquiries, contact Christina Richardson at Christina.Richardson1@va.gov or Joycellyn Williams at joycellyn.williams@va.gov.
    X1DB--Gardena CBOC-Sources Sought Notification (revised terms)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Gardena, California, as part of a sources sought notification. The procurement aims to secure between 9,000 to 10,500 ABOA square feet of contiguous space to support healthcare services for veterans, with a lease term proposed for 20 years and specific requirements for accessibility, parking, and compliance with federal standards. This opportunity is critical for enhancing the VA's healthcare delivery capabilities, ensuring that veterans receive quality care in a suitable environment. Interested parties must submit their proposals by March 17, 2025, and can direct inquiries to Contract Specialist Ralph Fontela at raphael.fontela@va.gov or John Paul Niega at johnpaul.niega@va.gov.
    X1AA--Cincinnati VAMC Admin Lease
    Buyer not available
    The Department of Veterans Affairs is seeking to lease 10,000 ABOA square feet of administrative office space along with 100 parking spaces in Cincinnati, Ohio, to support its operations at the Cincinnati VAMC. The space must be located in a single building, preferably on the first floor, and accessible via public transportation, with a lease term not exceeding 20 years. This initiative is part of the VA's commitment to securing suitable facilities for veterans and encourages submissions from Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). Interested parties must respond to the Sources Sought Notice by March 26, 2025, at 1:00 PM Eastern Time, and can contact Kenneth Staiduhar, the Leasing Contract Specialist, at kenneth.staiduhar@va.gov or by phone at 216-707-7775 for further information. The anticipated project cost is estimated between $5 million and $10 million.
    X1DZ--Space for Lease in Northeast Philadelphia, PA for Veteran's Center RSF: 5,390 | NUSF: 3,992
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of space in Northeast Philadelphia, PA, specifically for a Veteran's Center, requiring approximately 5,390 rentable square feet and 3,992 net usable square feet. The procurement aims to provide a suitable facility that meets the operational needs of veteran services, emphasizing accessibility, security, and compliance with federal standards. Interested parties must submit their proposals by March 24, 2025, with inquiries directed to Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or by phone at 412-654-0530. This opportunity reflects the government's commitment to enhancing support services for veterans in the region.
    X1DB--Warren, Ohio New Replacing
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest for leasing approximately 10,000 ABOA square feet of office and medical space, along with 100 parking spaces, for an Outpatient Clinic in Warren, Ohio. The project aims to identify suitable locations that meet specific criteria, including zoning for medical use, access to municipal utilities, and proximity to amenities such as hospitals and public transport. This opportunity is particularly significant for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), as the VA may reserve the contract for qualified small businesses, with a project value estimated between $2 million and $5 million. Interested parties must submit a Capabilities Statement by March 11, 2025, and can direct inquiries to Contract Specialist Brian Walton at Brian.Walton@va.gov or by phone at 216-447-8300 x 49519.
    Q201--CBOC Services - Alamogordo, NM for New Mexico VA Health Care System (NMVAHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the establishment of a Community-Based Outpatient Clinic (CBOC) in Alamogordo, New Mexico, aimed at enhancing healthcare services for veterans. The procurement requires contractors to meet specific service requirements, including full-time management by a Clinical Manager, physician certifications, and the provision of necessary facilities such as telehealth rooms and procedure spaces. This initiative is crucial for improving access to healthcare for veterans and ensuring compliance with the VA's strategic objectives. Interested parties must submit their proposals by March 27, 2025, at 10:00 AM PDT, and can contact Contract Specialist Ramonalisa Aviles at Ramonalisa.Aviles@va.gov for further information.
    X1DB--Santa Ana MH II - 10 year Succeeding
    Buyer not available
    The Department of Veterans Affairs is seeking leased space for its Long Beach Healthcare System in Santa Ana, California, as part of a Sources Sought Notice. The procurement aims to secure a lease of up to ten years for a property that meets specific requirements, including a minimum of 3,000 rentable square feet, on-site parking for at least 70 vehicles, and compliance with accessibility standards and federal regulations. This initiative is crucial for ensuring that the VA can provide adequate healthcare services while adhering to safety and accessibility guidelines. Interested property owners or their representatives must submit documentation demonstrating compliance with the VA's requirements by the specified deadline, and inquiries should be directed to Realty Specialist Arveejohn D Vinas at arveejohn.vinas@va.gov or by phone at 562-766-2345.