The Department of Veterans Affairs (VA) is soliciting lease proposals for a new or replacement Vet Center in Prince George's County, MD. The solicitation number is 36C24525R0017, and responses are due by November 23, 2025, at 4:00 PM Eastern Time. A pre-solicitation meeting will be held on October 17, 2025, at 9:00 AM to address questions regarding the proposal requirements. Interested parties can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for inquiries. The contracting office is located in Martinsburg, WV, and the place of performance is PG County, MD.
This government lease agreement (No. 36C24525L0006) outlines the terms and conditions for leasing space for a Veterans Center in PG County, MD, by the Veterans Health Administration (VHA). The lease has a firm term of 5 years and a non-firm term of 15 years, with the Government having termination rights after the firm term. It details premises, rent, and other considerations, including adjustments for vacant space and real estate taxes. The document incorporates various exhibits, such as floor plans, agency requirements, and security guidelines. It also specifies construction standards, tenant improvement requirements, and obligations for utilities and services during the lease term, with a strong emphasis on compliance with VA design guides and federal regulations.
The Department of Veterans Affairs (VA) is seeking lease proposals for a fully serviced clinical space for a Vet Center in Prince George's County. The Lessor is responsible for providing all materials, parts, and labor, ensuring the space meets specific design and room requirements, and adhering to GSA and VA standards. Key services include utilities, janitorial, basic cable, high-speed internet, and comprehensive security systems with quarterly testing. The space must accommodate various staff offices, group rooms, and welcome/support areas. Detailed room requirements cover exterior features like an MVC outlet and cameras, an accessible entrance with key control and video intercom, and specific finishes, sound isolation (STC 45 for private areas), and lighting for each area. The Lessor must also provide and maintain all signage, including exterior branding compliant with the Vet Center's detailed guide, and interior ADA-compliant signs. Security measures include FSL II compliance, VSS, access control, IDS, duress alarms, and a nurse call system.
This government file outlines comprehensive security requirements for Facility Security Level II (FSL II) federal facilities, encompassing site, structure, entrance, interior, and system security criteria. These requirements, applicable to federal government RFPs, federal grants, and state/local RFPs, detail measures such as signage, landscaping, lighting, vehicle barriers, and hazardous material storage. The document specifies blast resistance for windows, facades, and interior spaces, along with burglary resistance and protection for air intakes and utility systems. It also covers facility entrance security, including employee and visitor access control, and interior security measures for critical and non-public areas. A significant portion addresses security systems like Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), and duress alarms, emphasizing monitoring, recording, and maintenance. Finally, it mandates facility security plans, construction security, and stringent cybersecurity protocols for Building and Access Control Systems (BACS), prohibiting their connection to federal IT networks and encouraging adherence to DHS ICS-CERT and NIST-CSF guidelines.
The "Security Unit Price List (Level II)" document outlines a comprehensive framework for security standards and associated costs, primarily for government lease spaces. It details various security requirements categorized into facility entrances, interior government spaces, exterior building sites, security systems, structural elements, and administrative operations. Many items, such as employee access control, retail space accommodation, public restroom access, and critical area securing, are priced within the "Shell" (basic building structure). Other elements like emergency generator protection are priced as "Tenant Improvements." The document also specifies lessor-provided design, installation, and maintenance for security systems such as video surveillance, intrusion detection, and duress alarms, with some components being government-provided. This price list serves as a standardized guide for implementing and costing security measures in government facilities, ensuring compliance and a secure environment.
The document "GSA 3517B – REV (10/23) GENERAL CLAUSES (Acquisition of Leasehold Interests in Real Property)" outlines the standard terms and conditions for federal government real property leases. It covers general provisions such as definitions, subletting, assignment, and the Lessor's obligations regarding maintenance and compliance with applicable laws. The document details procedures for inspection, delivery, progressive occupancy, and handling fire/casualty damage. It also addresses financial aspects, including prompt payment, assignment of claims, and rent adjustments for varying square footage. Key ethical and conduct standards are included, such as contractor codes of business ethics, anti-kickback procedures, and drug-free workplace policies. The document specifies clauses related to price adjustments, audits, and dispute resolution. Furthermore, it incorporates labor standards concerning equal opportunity for veterans and individuals with disabilities, and mandates small business utilization. Cybersecurity requirements are a significant component, detailing safeguarding of contractor information systems, and prohibiting certain hardware, software, and telecommunications equipment from specific entities. The document emphasizes the importance of a valid certificate of occupancy for space acceptance and outlines the government's rights and remedies in case of Lessor default, including the ability to terminate the lease or deduct costs.
This government document,
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government lease acquisitions, ensuring rental charges align with prevailing market rates. It requires lessors to provide detailed annual cost estimates for services, utilities, and ownership, broken down into two main sections: estimated annual cost of services and utilities, and estimated annual cost of ownership exclusive of capital charges. Lessors must itemize costs for cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services, specifying expenses for salaries, supplies, maintenance, and utilities. The form also mandates reporting real estate taxes, insurance, building maintenance, lease commissions, and management fees. The document emphasizes accurate calculations of rentable areas for both the entire building and the government-leased space, with instructions for detailed cost breakdowns or categorical totals. This form, with OMB Control Number 3090-0086, is vital for the GSA to determine fair market value and ensure transparency in government leasing, requiring certification from the lessor.
The 10RCS Vet Center – Evaluation Factors document outlines the criteria for awarding a lease for a Vet Center, emphasizing that technical requirements are significantly more important than price. The technical evaluation (60%) includes eleven factors: appropriate land use, neighborhood compatibility, access to major highways, proximity to public transportation, parking availability, visibility and direct access, absence of flooding and environmental issues, qualifications of the contractor team, property management plan, emergency clean-up response time, and occupancy date. An "unacceptable" rating in any technical factor leads to immediate rejection of the offer. Technical risk is assessed based on potential disruptions to schedule, cost, and performance. Past performance (20%) evaluates the offeror's relevant experience, with ratings from "Very Relevant" to "Not Relevant," and a confidence assessment from "Substantial Confidence" to "No Confidence" or "Unknown Confidence." Price evaluation (20%) considers the total rental cost and tenant improvements.
This document outlines the General Services Administration (GSA) solicitation provisions for acquiring leasehold interests in real property. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions. The provisions also cover amendments to solicitations and the handling of unreadable facsimile proposals. Guidelines for restricting the disclosure and use of data are provided, along with the criteria for lease awards, emphasizing best value and the government's right to reject proposals. Specific requirements for offeror registration in the System for Award Management (SAM) are detailed, including unique entity identifiers and the consequences of non-registration. Additionally, it addresses restrictions on leasing properties within 100-year floodplains and specifies the parties authorized to execute lease agreements, such as individuals, partnerships, corporations, and joint ventures.
The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" (REV 11/21) outlines federal prohibitions on procuring or using telecommunications and video surveillance equipment or services from specific entities, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must declare whether they provide or use "covered telecommunications equipment or services" to the Government. If they do, they must provide detailed disclosure information about the equipment or services, including the producing entity, a description, and an explanation of its proposed use, ensuring compliance with federal acquisition regulations. The document details specific exceptions to the prohibition and requires Offerors to check the System for Award Management (SAM) for excluded parties.
The General Decision Number: MD20250121, effective March 14, 2025, sets prevailing wage rates for building construction in Prince George's County, Maryland. It outlines minimum wage requirements for federal contracts under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on/after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended). These rates are subject to annual adjustment. The document also details prevailing wage rates and fringe benefits for various construction trades, from Balancing Technicians to Truck Drivers. It further addresses paid sick leave for federal contractors under Executive Order 13706 and provides guidance on the wage determination appeals process, including contacts for survey-related matters and conformance requests.
The document details the space requirements for the Prince George CTY Vet Center (Number 236), an RCS Capital Asset Management project with an approved FTEE of 7. It outlines specific area allocations for staff and clinical spaces, including a Director's office (150 sq ft), Counselor offices (576 sq ft for 4 counselors), an Outreach Specialist office (144 sq ft), and a Program Support Assistant/Reception area (160 sq ft). Ancillary Counselor offices (288 sq ft for 2) are provided for growth, VBA, VSO, interns, or volunteers. The center includes three Group Rooms of varying sizes (480, 240, and 180 sq ft), a Group Room Storage (40 sq ft), and two unisex Restrooms (60 sq ft each). The welcome area features a Waiting area (300 sq ft), an Education workstation (40 sq ft), a unisex Restroom (60 sq ft), and a unisex Family/Special Needs Restroom (75 sq ft). Support areas include Copy/Mail (140 sq ft), Storage & Telecommunications Enclosure (140 sq ft), Kitchen (160 sq ft), and Housekeeping (40 sq ft). The total Net Square Feet (NSF) is 3333, leading to a Department Gross Square Feet (DGSF) of 4166 (NSF x 1.25). The document also provides figures for solicitation and GSA Delegation purposes, with ABOA minimums and maximums, and RSF maximums, indicating a range of 4100 to 5166 square feet for the solicitation and 4782 RSF for GSA Delegation. The document also references the Telecommunications Design Guide PG-18-12 Appendix G, March 27, 2025.
This document is an "OFFEROR SUBMITTAL CHECKLIST" for use with Global RLP (Request for Lease Proposals) packages, outlining essential documents required from offerors. It serves as a guide for both government leasing specialists and offerors, detailing submittals such as the Test Fit Layout, Asbestos Management Plan, various GSA Forms (1217, 1364), Security and TI Unit Price Lists, and Authorization to Represent Ownership. Other critical submissions include evidence of zoning compliance, ownership, signing authority, and active SAM registration. The checklist also mandates documentation for environmental concerns (hazardous conditions, NEPA, NHPA), energy efficiency (Energy Star, LEED), and property specifics (legal description, parking plan, architectural plans). It emphasizes that while comprehensive, the RLP itself remains the authoritative source in case of any inconsistencies. This ensures a thorough and compliant submission process for government lease proposals.
The NCO5 Network Contracting Office in Martinsburg, West Virginia, has issued a solicitation for leased space for a Veterans Center in Salisbury, MD. This document is a Past Performance Questionnaire designed to evaluate proposals by assessing contractors' past performance. It consists of two main sections: Section A, to be completed by the Offeror with contractor and project details, and Section B, to be completed by assessors to evaluate the contractor's performance across various categories. Assessors are requested to rate performance in areas such as quality of service, schedule/timeliness, customer satisfaction, management/personnel, cost/financial management, and safety/security. The ratings use a scale from 'Exceptional/Very Low Risk' to 'Unsatisfactory/High Risk,' with a 'Neutral/Unknown Risk' option for no relevant past performance. Any marginal or unsatisfactory ratings require a detailed explanation in the comment section. The questionnaire aims to provide a comprehensive overview of a contractor's capabilities and past conduct to inform the selection process for the Veterans Center project.
The Veterans Health Administration (VHA) is seeking lease proposals for a maximum of 3,333 Net Usable Square Feet (NUSF) of contiguous space in PG County, MD, with offers due by November 23, 2025. The Request for Lease Proposals (RLP) outlines instructions and requirements for a 20-year lease, with a 5-year firm term, for a modern building with 20 secured and lit parking spaces. The RLP emphasizes accessibility, fire protection, life safety, energy efficiency (requiring ENERGY STAR® label or equivalent), and environmental considerations, including asbestos-free conditions and flood plain restrictions. Offerors must submit detailed proposals in four volumes covering evaluation, pricing, and compliance, including financial commitments, zoning, ownership proof, and a construction schedule.
The Department of Veterans Affairs (VA) is soliciting lease proposals for a Veterans Center in Clinton or the surrounding area of Prince George's County, Maryland. The requirement is for 3333 NUSF / 4166 ABOA square feet of office space. The solicitation number is 36C24525R0017, and responses are due by November 23, 2025, at 4:00 PM Eastern Time. A pre-solicitation meeting will be held on October 17, 2025, at 9:00 AM to address questions regarding the proposal requirements. Interested parties can contact Tammy Buckwalter, the Leasing Contract Specialist, for further information.
The Department of Veterans Affairs issued Amendment No. 0001 to RLP No. 36C24525R0017. This amendment, effective November 20, 2025, extends the closing date for the Request for Lease Proposal (RLP) from Sunday, November 23, 2025, at 4:00 PM to Friday, December 12, 2025, at 4:00 PM. The amendment was issued by the Department of Veterans Affairs, VAMC 703, VISN 5 Contract Satellite Office in Martinsburg, WV, and signed by Chris Tate, Leasing Contract Officer.