X1DB--SD Comp & Pen clinic- 10-year succeeding Lease
ID: 36C24W25R0052Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA Template 3516A outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It includes instructions to offerors, detailing definitions, submission procedures, and requirements for proposals. Offerors must submit proposals in sealed envelopes on prescribed forms, which must include signatures and address any amendments or modifications. Late submissions may only be considered under specific conditions, such as government mishandling or if they are the sole proposals received. Transparency is emphasized, as bid information provided to one must be shared with all prospective offerors. The document also addresses restrictions on data disclosure, requiring offerors to mark restricted data properly. The government intends to award leases based on the best value, evaluating proposals without discussions, although they may be held if necessary. Additionally, the provisions stipulate requirements regarding the unique entity identifier and registration in the System for Award Management (SAM). Compliance with the SAM registration is mandatory for award eligibility, stressing the importance of timely registration. Overall, the template serves as a comprehensive guide for potential offerors engaging in government leasing processes, ensuring clarity and adherence to federal regulations.
    The document appears to be a complex and technical overview related to federal government RFPs (Requests for Proposals), grants, and local solicitations. The primary focus is on the guidelines and frameworks governing the submission and evaluation processes associated with these funding opportunities. Key themes include the systematic approach to applying for grants, the stipulations for eligibility, and the emphasis on compliance with federal standards and regulations. The document elaborates on aspects such as documentation requirements, evaluation criteria, and the procedural timeline for submissions. It highlights the significance of effectively articulating project proposals to successfully secure funding, alongside an overview of potential funding sources available through federal and state programs. Overall, the document underscores the complexities involved in navigating government funding mechanisms, aiming to support entities in preparing comprehensive applications that align with governmental expectations. This resource is invaluable for organizations seeking financial assistance for projects, emphasizing clarity, compliance, and thoroughness in proposal preparation.
    The document outlines the Lessor’s Annual Cost Statement, detailing the estimated annual costs associated with services, utilities, and ownership of a leased property. It serves as a crucial element for the General Services Administration (GSA) in determining rental charges consistent with local market rates. The first section, “Estimated Annual Cost of Services and Utilities,” requires information on various categories such as cleaning, heating, electrical, plumbing, air conditioning, and maintenance, with separate calculations for the entire building and the government-leased area. The second section, “Estimated Annual Cost of Ownership Exclusive of Capital Charges,” addresses additional operational costs, including real estate taxes, insurance, and management fees—necessary for ascertaining the overall economic viability of the rental proposal. The document also stipulates the requirement for the lessor to provide their best estimates for all listed categories while certifying the accuracy of their input. Overall, this form is essential for establishing transparent and fair lease agreements between property lessors and the federal government, ensuring that all relevant cost factors are considered in lease negotiations.
    The document outlines the proposal details for a lease agreement in response to a Request for Lease Proposals (RLP) by the General Services Administration (GSA). It includes essential financial information such as rent structure, amortization rates, and tenant improvement costs. The structure divides key sections: a building overview, primary offer details, additional financial aspects, property information, and a certification by the offeror. Notable points include options for free rent or space, renewal options, and conditions regarding building compliance with fire safety, accessibility, and environmental standards. Various metrics related to the property, like rentable square footage and required parking spaces, are also included. The document emphasizes adherence to RLP conditions and details necessary warnings about deviations, with an eye on regulatory compliance and federal standards. This proposal framework serves to facilitate leasing arrangements, ensuring government needs are effectively met while considering the associated financial and operational logistics. The overarching goal is to establish a clear, legally binding agreement for leasing space that fulfills specific federal government requirements and standards.
    This document serves as a lease agreement between a Lessor and the U.S. Government through the General Services Administration (GSA). It outlines the terms of the lease, including the premises being leased, payment structure, lease term, and rights and obligations for both parties. The Government will lease specified office and related space for a defined period, with specified rental rates and adjustments based on occupancy and changes in operating costs. Key provisions include termination and renewal rights, tenant improvement allowances, and broker commission details. The lease ensures compliance with various regulations, including the Paperwork Reduction Act. The document is structured into sections detailing the agreement's terms, conditions, and specific obligations related to the leased space, jurisdiction, and responsibilities of both the Government and the Lessor. This lease facilitates the Government's operational needs while ensuring adherence to federal guidelines and accountability in the use of taxpayer funds for leased spaces.
    The GSA Request for Lease Proposals (RLP) No. 36C24W25R0052 outlines the requirements for leasing approximately 13,065 ABOA square feet of space in a modern building in San Diego, CA, with offers due by March 31, 2025. The document details eligibility requirements, including adherence to seismic safety standards and environmental considerations, such as asbestos management and energy efficiency in line with the Energy Independence and Security Act. The lease will be for a term of ten years, requiring specific amenities like secured parking and the capability for antenna installation. Offerors must provide detailed cost breakdowns, including rent structures encompassing tenant improvements and amortization of costs for security and build-out. Proposals must comply with environmental assessments and fire safety regulations. The purpose of this RLP is to ensure government needs are met through a comprehensive evaluation of offers, emphasizing safety, compliance, and operational efficiency in leasing federal spaces. The agency reserves rights to amend RLP conditions and requires strict adherence to the submission protocol through the Requirement Specific Acquisition Platform (RSAP).
    The General Services Administration (GSA) prelease form for fire protection and life safety evaluation outlines procedures for assessing office buildings based on their floor location. Part A is to be completed by the Offeror for spaces below the 6th floor, while Part B requires a licensed fire protection engineer for floors above that threshold. Both parts demand compliance with relevant building and fire codes, specifically the National Fire Protection Association (NFPA) 101, Life Safety Code. Key components include assessing building structure, fire alarm systems, and sprinkler systems, as well as detailing compliance with exit access and emergency lighting standards. Investigations must note any existing violations and deficiencies while recommending corrective actions. For Part B, engineers must perform a thorough evaluation, document findings, and confirm no major structural changes have occurred within five years prior to submission. The GSA aims to ensure that all offered spaces meet safety standards and appropriate fire protection measures to protect occupants and facilitate government leasing agreements. The document emphasizes the importance of compliance for securing government workspace in office buildings, thereby aligning with federal and local safety regulations.
    This document outlines the Security Requirements (Level II) for facilities leased by the government, detailing obligations for Lessors to ensure appropriate security measures are implemented. Key areas include employee access control, visitor verification, securing critical spaces, and establishing a formal key control program. The document specifies design and operational protocols for systems like Video Surveillance (VSS) and Intrusion Detection Systems (IDS), emphasizing that all components must be maintained according to established agency standards. It also includes requirements regarding landscaping to minimize concealment risks, the positioning of trash receptacles, and guidelines related to cyber security to prevent unauthorized access to building systems. Additionally, the establishment of a Facility Security Committee is required to oversee and address security issues throughout the lease term. Comprehensive construction and operational security plans must ensure that all construction activities protect government information and assets. Overall, this document serves to outline security expectations necessary for safeguarding government operations and personnel, reflecting an environment of heightened awareness in managing physical and cyber security risks in government facilities.
    The Seismic Offer Forms outline the requirements for federal Offerors to ensure compliance with seismic safety standards as detailed in RP 8. The document specifies that Offerors or their engineers must complete a series of forms (Forms A through F) detailing seismic evaluations for benchmark and existing buildings, commitments for retrofitting or new construction, and exemptions from seismic standards. Each form has a unique purpose: Form A certifies compliance for benchmark buildings, Form B evaluates existing buildings against life safety standards, and Form C outlines commitments for retrofitting or new construction compliance with applicable codes. Forms D, E, and F address exemptions, retrofit certifications, and new building compliance. Furthermore, the forms require supporting documentation as stipulated in the relevant Request for Lease Proposals (RLP) and Lease. The structure emphasizes the necessity for licensed professional engineers to stamp and sign the submissions, ensuring accountability in the seismic evaluation and compliance process. Overall, the document serves as a comprehensive guide for Offerors engaged in government contracts to meet federal seismic safety requirements effectively.
    The document outlines the design narrative for the Veterans Affairs (VA) Leased Community-Based Outpatient Clinic (CBOC), intended to establish performance-based standards for the facility's construction. It emphasizes compliance with various codes, standards, and guidelines relevant to healthcare facilities, including architectural, mechanical, plumbing, and electrical requirements. Key sections focus on planning and design criteria tailored to enhance patient-centered care, as outlined in the Patient Aligned Care Team (PACT) model. The design ensures accessibility for all patients, particularly those requiring specialized accommodations, like bariatric care, and details the necessary infrastructure for medical gases, safe waste disposal, and advanced HVAC systems tailored to healthcare needs. Specific technical narratives guide the site layout, circulation, parking, security, and the integration of sophisticated telecommunication systems. This document serves as a comprehensive guide for contractors engaged in the RFP process, establishing foundational expectations for quality and safety in the construction of VA outpatient facilities, in alignment with federal requirements. Its structured format includes sections on general requirements, technical narratives, and planning criteria, facilitating systematic adherence to regulatory standards and best practices in healthcare design and construction.
    Lifecycle
    Title
    Type
    Similar Opportunities
    X1DB--LA Vet Center (Gardena) 10-year succeeding Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a 10-year succeeding lease for the LA Vet Center located in Gardena, California. The procurement aims to secure a clinical space that is accessible, well-maintained, and suitable for providing various counseling services to veterans and their families, with specific requirements for building specifications, safety standards, and tenant improvements. This opportunity is critical for enhancing the support services available to veterans, ensuring compliance with federal regulations, including fire safety, seismic safety, and accessibility standards. Interested parties should contact Realty Specialist Arvee Vinas at Arveejohn.vinas@va.gov or by phone at 562-766-2345 for further details, with proposals due by March 13, 2025.
    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.
    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.
    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.
    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 in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; 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.
    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, with a requirement of approximately 5,390 rentable square feet and 3,992 net usable square feet. The leased facility will support essential services for veterans, emphasizing accessibility, security, and compliance with federal standards, including specific room configurations and technological infrastructure. Proposals are due by March 24, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.
    X1AA- Lease for Amarillo, TX Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA square feet of office space for a Vet Center in Amarillo, Texas. The selected location must meet specific criteria, including the provision of at least 20 parking spaces (with ADA-compliant options), and must not be situated within FEMA's 1% annual chance floodplain, while also adhering to zoning, accessibility, and proximity requirements to amenities and public transport. This initiative is part of the VA's commitment to enhancing facilities for veteran services and promoting small business participation in federal contracting, with a lease term anticipated to last up to 20 years, including a firm 5-year term. Interested vendors must demonstrate SDVOSB or VOSB status and submit their responses by 5 PM CST on March 19, 2025, to the designated contacts, Dominic Mabine and Nicholas "Britt" Williams, at the provided email addresses.
    X1DB--Burlington, VT Outpatient Clinic minimum of 40,671 to a maximum of 43,577 of ANSI/ABOA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of a new outpatient clinic facility in Burlington, Vermont, under Request for Lease Proposal (RLP) No. 36C10F24R0015. The facility must provide between 40,671 and 43,577 ANSI/ABOA square feet of compliant space, adhering to modern construction standards and various federal regulations, including energy efficiency and accessibility requirements. This initiative is crucial for enhancing healthcare services for veterans in the area, ensuring they receive quality outpatient care in a well-equipped environment. Proposals are due by March 21, 2025, and interested parties should contact Lease Contracting Officer Mayra I Rosa at mayra.rosa@va.gov for further information.
    McAllen Texas Mental Health Clinic (New Replacing Lease)
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for a new mental health clinic in McAllen, Texas, aimed at replacing an existing lease. The facility must provide approximately 16,274 to 17,088 rentable square feet, accommodate 50 staff members, and include essential amenities such as at least 100 parking spaces, with specific requirements for security and compliance with health and safety standards. This procurement is critical for enhancing mental health services for veterans, ensuring that the facility meets modern building standards and is located within a suitable distance from emergency services. Proposals are due by April 11, 2025, and interested parties should contact Andre Pharms at Andre.Pharms@va.gov or 214-857-1192 for further details.