X1DB--Texas City New Replacing RLP
ID: 36C25625R0048Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking to lease 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 be compliant with the Americans with Disabilities Act (ADA) and local building codes, providing various health services, including primary care and mental health, while ensuring significant parking availability and adherence to stringent technical specifications. This initiative is crucial for enhancing healthcare services for veterans, emphasizing patient privacy and accessibility. Interested parties must submit their proposals by 1:00 p.m. CST on March 20, 2025, and should contact Lease Contracting Specialist Christina Richardson at Christina.Richardson1@va.gov for further details.

    Point(s) of Contact
    Christina RichardsonLease Contracting Specialist
    Christina.Richardson1@va.gov
    Joycellyn Williams
    joycellyn.williams@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a presolicitation notice seeking to lease up to 41,300 rentable square feet of clinical space in Texas City, Texas, aimed at establishing a community-based outpatient clinic for veterans. The required space must be contiguous and include 135 on-site parking spaces. To qualify, properties must be located within specific geographic boundaries and outside the 100-year flood plain, while also being distanced from incompatible land uses such as liquor stores, residential neighborhoods, or correctional facilities. The lease term is set for 20 years, with the first 10 years being firm, classified as a full-service lease. Interested parties must respond by 1:00 p.m. CST on March 20, 2025, and must be registered and active in SAM.gov, providing their Unique Entity ID Number (UEI). The Government emphasizes it will pay no more than the appraised fair market rental value and assumes no responsibility for award based on proposals received. Additional documentation and requirements are outlined for prospective offerors, including evidence of compliance with specified conditions and unique qualifications as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs).
    This government file outlines a lease agreement between a Lessor and the United States Government, specifically the Department of Veterans Affairs (VA). The document details terms and conditions related to the leasing of premises for governmental purposes, including the obligations of both parties regarding rent, maintenance, and improvements to the property. Key elements include the agreement's effective date, which is contingent on the execution of the lease, the identification of involved representatives, and the specifics of the premises being leased. The lease term commences upon acceptance of the premises, lasting for an agreed period with provisions for termination and renewal. Several sections elaborate on financial considerations, including rental rates, adjustments for real estate taxes, and operating costs. Additionally, the lease specifies building standards, tenant improvements, and responsibilities for alterations requested by the government during the lease term. Cumulatively, this document regulates the relationship between the Lessor and the government, emphasizing transparency, compliance with regulations, and clarity in financial and operational expectations to ensure that government facilities serve their intended functions effectively and safely.
    The Michael E. DeBakey VA Medical Center (MEDVAMC) is seeking to lease 27,500 net usable square feet (NUSF) of medical and clinical space in Texas City to expand its services for veterans. The space will adhere to Patient-Aligned Care Team (PACT) guidelines, accommodating various health services, including primary care and mental health. A fully serviced 20-year lease is desired, with a 10-year firm term. The facility must be compliant with the Americans with Disabilities Act (ADA) and local building codes, include sound construction, significant parking space (including accessible spots), and be situated within specified boundaries. Interior requirements include various medical, administrative, and utility spaces, with stringent technical specifications for accessibility, security, plumbing, electrical systems, and HVAC. Additional conditions, such as maintenance responsibilities, janitorial services, and environmental hazards assessments, are mandated to ensure health and safety standards. The VA aims to create an efficient and welcoming environment for veterans, focusing on patient privacy, sound insulation, and accessibility for all users. This leasing initiative demonstrates the VA's commitment to enhance healthcare services for veterans by providing modern, well-equipped facilities.
    This document outlines the Security Requirements (Level II) for federal government facilities, detailing obligations for Lessors in relation to building safety and access control. It emphasizes the necessity to implement robust security measures, including employee access controls, visitor identity verification, and securing critical areas within the facility. The requirements encompass physical security systems like a Video Surveillance System (VSS) and an Intrusion Detection System (IDS), mandating comprehensive testing, maintenance, and performance monitoring by the Lessor in coordination with government representatives. Furthermore, guidelines stipulate the need for secure landscaping, building management practices, and compliance with cybersecurity protocols to safeguard the facility's systems and occupants. Provisions also include modifications to construction security plans and emergency services access. Overall, the document underscores the importance of maintaining elevated security standards to protect government operations and personnel within leased environments, reflecting federal policies and directives in procurement processes.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the General Services Administration (GSA). It provides detailed instructions on proposal submissions, modifications, and evaluations within the procurement process. Key definitions include discussions, proposal modifications, and revisions. It highlights that proposals must be submitted in sealed paper media unless otherwise specified, and late proposals may only be considered under specific conditions. The government aims to award leases based on the best value proposal, considering technical and pricing aspects. It also details the requirement for contractors to comply with equal employment opportunity compliance if the contract exceeds $10 million. Other sections address the necessity for execution of leases by authorized parties, procedures for protest submissions, and the requirement for offerors to be registered in the System for Award Management (SAM). The document aims to ensure transparency and efficiency in the leasing process by providing clear guidelines for offerors in federal procurement, aligning with broader goals of compliance and responsible resource management in government operations.
    The document outlines the general clauses related to the acquisition of leasehold interests in real property under the GSA Template 3517B. It serves as a foundational guide for government contracts, detailing definitions, performance obligations, payment structures, adjustments, audits, disputes, labor standards, small business considerations, and cybersecurity stipulations. Key clauses address subletting, inspection rights, default conditions, maintenance responsibilities, and compliance with applicable laws. Notably, it discusses contractual obligations, including payment timelines, bid evaluation preferences for small businesses, and requirements for ethical conduct. The document also emphasizes the need for contractors to adhere to security requirements and to maintain a drug-free workplace. Ultimately, it aims to establish clear expectations and legal bindings for both the government and the lessor, thereby facilitating smoother transactions within federal and state/local procurement contexts while promoting accountability and compliance.
    The file appears to contain technical information regarding the functions of certain file formats and software compatibility, specifically around Adobe Reader and its ability to display government documents. It suggests that if users encounter issues with viewing the document, it may be due to their PDF viewer's limitations, and they are prompted to consider upgrading to the latest version of Adobe Reader for improved compatibility. The context implies that the original document likely includes federal government requests for proposals (RFPs), grants, and other documents that require proper viewing capabilities. However, the lack of accessible content prevents a thorough analysis of any specific RFPs or grants contained within. Therefore, the essence focuses on the importance of viewing software in accessing crucial government-related documents.
    The Lessor's Annual Cost Statement from the General Services Administration (GSA) is a structured document designed to capture the estimated annual costs associated with leasing government space. It comprises two sections: the first outlines the estimated costs of services and utilities, such as cleaning, heating, electrical, and maintenance for the entire building and the portion leased by the government. The second section details the estimated annual cost of ownership, excluding capital charges, which includes real estate taxes, insurance, maintenance, and management fees. This document emphasizes the requirement for lessors to submit detailed cost estimates for all provided services to ensure compliance with fair market value assessments. Additionally, it specifies that the evaluations should align with local real estate conditions. The instructions included guide the lessor in accurately completing the form, reinforcing the GSA’s policy of obtaining competitive rental rates in the community. Lessor certification is mandatory, ensuring that provided data reflect realistic financial estimates for successful leasing agreements.
    The document is the Fire Protection and Life Safety Evaluation (Exhibit H) required by the General Services Administration (GSA) for office building assessments under federal contracts. It outlines the evaluation process for buildings based on their floor levels, detailing separate requirements for spaces below and above the 6th floor. Part A is completed by the Offeror, focusing on general information and basic fire safety systems, while Part B requires a professional engineer's detailed narrative report for higher floors, assessing compliance with building codes and identifying deficiencies. Key areas of evaluation include fire alarm systems, automatic sprinkler systems, exit signage, emergency power, and elevators. The evaluation aims to ensure buildings meet the latest safety standards, supporting the integrity and safety of government-leased office spaces. The checks and measures proposed are essential for federal RFP compliance, highlighting safety preparedness and life safety as a priority in government contracting processes.
    The document outlines Wage Determination No. 2015-5233 issued by the U.S. Department of Labor under the Service Contract Act, with a last revision on July 22, 2024. It establishes minimum wage rates for various occupations in Texas, including administrative support, automotive service, and healthcare positions. Contracts awarded or renewed post-January 30, 2022, require a minimum wage of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $12.90 per hour unless stated otherwise. Fringe benefits including health and welfare, vacation, and sick leave are prescribed, emphasizing employee protections under Executive Orders 14026 and 13706. The document also details a conformance process for new occupations and wage rates not listed, requiring contractors to submit requests for classification changes. This file is crucial for contractors and employees to ensure compliance with wage and benefit obligations, promoting fair compensation and working conditions on federally funded service contracts across Texas.
    The document is a representation form concerning telecommunications and video surveillance services and equipment under federal government contracts, as mandated by the John S. McCain National Defense Authorization Act. It outlines the responsibilities of the "Offeror," who must declare if they will provide covered telecommunications equipment or services in response to a government Request for Proposals (RFP). The document specifies definitions, prohibitions, and the required disclosures for Offerors regarding the presence and use of such equipment and services in their products. It clarifies the legal prohibitions on agencies procuring covered telecommunications equipment, detailing the timelines of these restrictions and exceptions that allow for certain services that connect to third-party facilities. The Offeror must conduct a reasonable inquiry to determine compliance and disclose relevant information if they indicate the use of covered telecommunications equipment. Overall, this representation ensures security measures are upheld in government contracts, fostering compliance with federal regulations to mitigate risks associated with specific telecommunications technologies.
    The document outlines a proposed design program for a new Community-Based Outpatient Clinic (CBOC) in Texas City, Texas, as part of the Veterans Affairs network under the Michael E. Debakey VA Medical Center. The design includes various functional areas tailored for outpatient care, emphasizing accessibility and efficiency. Key components include a reception area, patient education workstations, exam rooms, waiting areas, support services, and specialized clinics such as audiology, eye care, and mental health. Throughout the 441-page file, significant details regarding room specifications, net and gross areas, and the intended layout are presented, amounting to a total net area of 27,556 square feet with a gross area of 41,334 square feet. The program's structure reflects the VA's commitment to enhancing patient care through appropriate facility management and design. Moreover, the design adheres to federal space planning standards, ensuring that the CBOC will meet healthcare delivery needs for veterans in the region. As there will be no pharmacy in the facility, the overall purpose aligns with optimizing patient interactions and experiences in a welcoming and functional environment.
    The document is a Request for Lease Proposals (RLP) from the Department of Veterans Affairs for a property in Texas City, Texas, identifying specifications for suitable leased space. The government seeks 27,500 ANSI/BOMA square feet in a modern building with specific standards, requiring certain amenities and environmental compliance. Proposals are due by March 20, 2025, and must conform to detailed criteria, including pricing transparency and layout efficiency. The lease term is set for 20 years with conditions of termination, and various preferences highlight historic properties and environmental considerations. Interested offerors must provide thorough documentation related to property ownership, financing, zoning compliance, and fire safety standards. The RLP emphasizes a structured proposal evaluation process focused on price and property condition, underscoring the government's commitment to secure, functional, and sustainable facilities for veteran services.
    Lifecycle
    Title
    Type
    Presolicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    RLP Solicitation: Eastside Urgent Care & Ancillary Services, East El Paso, TX (New Lease)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for an Eastside Urgent Care and Ancillary Services facility in El Paso, Texas. The project requires a minimum of 39,000 square feet of usable space designed to accommodate various clinical operations, including an Infusion/Dialysis Clinic and Behavioral Health support, with a focus on optimizing space utilization and ensuring compliance with federal regulations and VA technical standards. This facility is crucial for consolidating urgent medical services for the dense veteran population in the area, aiming to enhance healthcare delivery while reducing costs associated with external community providers. Interested parties must submit their proposals by March 3, 2025, and can contact Ginger A. Coburn at ginger.coburn@va.gov or Jeffrey R. Deering at jeffrey.deering@va.gov for further information.
    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 incorporating modern design standards for accessibility, security, and energy efficiency. This initiative is crucial for enhancing the delivery of healthcare services to veterans, ensuring compliance with federal regulations and quality standards. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025. Interested parties can contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov or (304) 263-0811 ext. 2033 for further information.
    X1DB--Cheshire County, NH 29,700 to a maximum of 32,400 ANSI/BOMA NTE 37,260 RSF
    Buyer not available
    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.
    X1DB--FY24 New/Relocation: Community Based Outpatient Clinic Palm Bay
    Buyer not available
    The Department of Veterans Affairs is seeking to lease a Community Based Outpatient Clinic (CBOC) in Palm Bay, Florida, with a focus on providing acupuncture and chiropractic services. The procurement aims to secure approximately 18,121 to 19,486 square feet of contiguous clinical space that meets specific requirements for accessibility, security, and modern healthcare delivery, including comprehensive services such as janitorial and internet provisions. This initiative is crucial for enhancing healthcare accessibility for veterans, ensuring that the facility adheres to federal guidelines and standards for quality and safety. Interested parties must submit their proposals by February 24, 2025, at 2 PM EST, and can direct inquiries to Lease Contracting Officer Chennel Davis at Chennel.davis@va.gov or by phone at 352-222-1941.
    San Gabriel Valley CBOC Relocation
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to lease approximately 18,764 ABOA square feet of clinical space for a Community-Based Outpatient Clinic (CBOC) in the San Gabriel Valley, California. The VA requires an existing property that meets accessibility standards, security design criteria, and includes a minimum of 47 parking spaces. This opportunity is crucial for providing healthcare services to veterans in the region, and the lease term may extend up to twenty years with termination rights after five years. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit their proposals by February 28, 2025, to David Andersen at the VA's Regional Procurement Office West, with further details available via email at david.andersen@va.gov.
    X1DB--Santa Cruz CA for Medical Space
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease of medical space in Santa Cruz, California, under Request for Lease Proposal (RLP) 36C24W24R0070. The procurement aims to secure between 13,000 and 15,500 ANSI/BOMA square feet of contiguous space for a Community Based Outpatient Clinic (CBOC), with specific requirements including modern construction, adequate parking, and compliance with various safety and accessibility standards. This initiative is crucial for enhancing healthcare services for veterans in the region, ensuring that the facility meets operational needs while adhering to federal regulations. Interested parties must submit their proposals by February 28, 2025, at 2 PM PT, and can direct inquiries to VA Broker David Stonehouse at dstonehouse@isiwdc.com or 559-225-6100.
    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.
    X1DB--New Lease: Titusville CBOC 12000 ABOA SF of Medical Space in Titusville, FL
    Buyer not available
    The Department of Veterans Affairs is seeking to lease approximately 12,000 ABOA square feet of medical office space in Titusville, Florida, as part of its initiative to enhance healthcare services for veterans. The selected site must accommodate at least 80 parking spaces and be available for occupancy by October 1, 2026, with a lease term of up to 15 years, focusing on existing buildings that have been modernized. This procurement is crucial for providing accessible medical facilities to veterans, ensuring compliance with federal regulations regarding fair rental values. Interested parties should submit their site information, including rental rates and energy efficiency features, to Lease Contracting Officer Javier Correa Ochoa at javier.correaochoa@va.gov by February 26, 2025.
    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.