X1DZ--Emergency Response Engineering Center (EREC)
ID: 36C24425R0039Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER HOSPITAL BUILDINGS (X1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of space to establish an Emergency Response Engineering Center (EREC) in Pittsburgh, Pennsylvania. The procurement requires up to 9,990 rentable square feet, yielding approximately 7,400 net usable square feet, to support manufacturing, prototyping, and research activities critical for enhancing emergency response capabilities. This initiative underscores the importance of having a dedicated facility equipped with specialized spaces for various operational needs, including secure areas for handling hazardous materials and advanced manufacturing processes. Proposals are due by September 15, 2025, at 4:00 PM Eastern Time, and interested parties should direct inquiries to Lease Contract Specialist Ashley Saeler at Ashley.Saeler@va.gov or by phone at 724-496-0901.

    Point(s) of Contact
    Ashley SaelerLease Contract Specialist
    (724) 496-0901
    Ashley.Saeler@va.gov
    Files
    Title
    Posted
    This document is an amendment to a Request for Lease Proposal (RLP) issued by the Department of Veterans Affairs. Identified as Amendment No. 0001 to RLP No. 36C24425R0039, its primary purpose is to provide crucial updates and instructions to offerors. The amendment clarifies that all questions regarding the solicitation must be submitted in writing via email to the Point of Contact listed in the RLP; telephone inquiries will not be answered. A deadline of September 1, 2025, at 4:00 PM EST, has been set for all questions, with the caveat that questions received after this time may not be addressed. Additionally, the amendment publicizes information about a Pre-Proposal Meeting, details of which are provided in Attachment 1. All other terms and conditions of the original RLP remain unchanged and in full effect.
    The Department of Veterans Affairs has issued Amendment No. 0003 to Request for Lease Proposal (RLP) No. 36C24425R0039. This amendment, dated 00244, was issued by the Department of Veterans Affairs, Network Contracting Office 4, Specialized Team in Butler, PA. The sole purpose of this amendment is to formally cancel solicitation #36C24425R0039. All other terms and conditions of the original RLP remain unchanged and in full force and effect until the cancellation is finalized. The amendment is signed by Roberta Smiley.
    Amendment 0002 to RLP 36C24425R0039 from the Department of Veterans Affairs provides crucial updates and clarifications for offerors. Key changes include the distribution of the pre-proposal meeting agenda and a comprehensive list of questions and answers. Additionally, Exhibit N, the Space Plan, has been entirely replaced with an updated version. The amendment reminds offerors that the deadline for submitting questions is September 1, 2025, at 4:00 PM EST, and stresses that questions received after this may not be answered. Importantly, the proposal due date remains unchanged: September 15, 2025, at 4:00 PM EST, with a warning that late proposals might not be evaluated. This amendment ensures all potential offerors have the most current information for their submissions.
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C24425R0039 for lease space in Pittsburgh, PA, with offers due by September 15, 2025. This RLP seeks up to 7,400 net usable square feet of contiguous space in a modern building, including 10 dedicated parking spaces. The lease term is 10 years (5 firm, 5 soft), commencing around September 1, 2025. Key requirements include specific geographic boundaries, accessibility, fire safety, and compliance with energy efficiency standards like ENERGY STAR. Proposals must be submitted electronically in three volumes, covering technical, past performance, and pricing information, including GSA Forms 1364 and 1217. The RLP details eligibility, evaluation factors, and various environmental and historic preservation considerations, ensuring a fully serviced, turnkey lease for the Government.
    The Department of Veterans Affairs (VA) is seeking to lease a space of up to 9,990 Rentable Square Feet (RSF), yielding 7,400 Net Usable Square Feet (NUSF), for an Emergency Response Engineering Center (EREC) in Pittsburgh, PA. This is an amendment to a previous combined solicitation, identified by Solicitation Number 36C24425R0039. The response deadline for proposals is September 15, 2025, at 4:00 PM Eastern Time. Questions regarding the solicitation must be submitted in writing via email to the Lease Contract Specialist, Ashley Saeler (Ashley.Saeler@va.gov), by September 1, 2025, at 4:00 PM EST. Telephone inquiries will not be answered.
    The Department of Veterans Affairs (VA), Network Contracting Office 4, has issued an amendment to Solicitation Number 36C24425R0039 for the lease of space in Pittsburgh, PA. The requirement is for up to 9,990 Rentable Square Feet (RSF), yielding 7,400 Net Usable Square Feet (NUSF), to establish an Emergency Response Engineering Center (EREC). The response deadline for proposals is September 15, 2025, at 4:00 PM Eastern Time. Questions regarding the solicitation must be submitted in writing via email to Ashley Saeler (Ashley.Saeler@va.gov) by September 1, 2025, at 4:00 PM EST. The amendment includes attachments such as a pre-proposal meeting agenda, questions and answers, and an updated space plan.
    This document is an amendment to a previous combined solicitation, 36C24425R0039, for the Emergency Response Engineering Center (EREC). Issued by the Department of Veterans Affairs, Network Contracting Office 4, the solicitation has a response date of September 15, 2025, at 4:00 PM Eastern Time. The contracting office is located in Butler, PA, and the primary place of performance is Pittsburgh, PA. The point of contact for this solicitation is Ashley Saeler, a Lease Contract Specialist, who can be reached via email at Ashley.Saeler@va.gov or by phone at 724-496-0901. The Product Service Code is X1DZ, and the NAICS Code is 531120. This amendment includes an attached document titled "36C24425R0039 0003" for further details.
    The document is a solicitation notice for leasing space to establish an Emergency Response Engineering Center (EREC) in Pittsburgh, PA. The requirement specifies up to 9,990 Rentable Square Feet (RSF), with approximately 7,400 Net Usable Square Feet (NUSF) needed for the project. The solicitation, numbered 36C24425R0039, has a response deadline of September 15, 2025, at 4:00 PM EST. Prospective offerors must submit questions in writing to the designated Lease Contract Specialist, Ashley Saeler, by September 1, 2025. Key attachments and exhibits related to the lease proposal outline specific requirements, security provisions, and contractual clauses relevant to the acquisition process. The document structure includes general information, points of contact, and detailed sections for required exhibits, emphasizing transparency and regulatory adherence in the leasing process. This solicitation reflects the government's initiative to enhance emergency response capabilities through strategic infrastructure development.
    The Veterans Affairs (VA) Request for Lease Proposals (RLP) No. 36C24425R0039 seeks offers for a lease of up to 7,400 net usable square feet in Pittsburgh, PA, by September 15, 2025. Proposals must adhere to various requirements specified in the RLP, including compliance with security, accessibility, environmental, and energy efficiency standards. The lease term is intended for 10 years, with conditions allowing for termination after five years. The site must be in modern, well-maintained buildings located in areas with adequate parking and public amenities. Applicants must demonstrate an efficient space layout and meet specific requirements regarding asbestos and floodplain risks. The proposal is divided into three volumes encompassing technical documents, past performance references, and pricing information, including the Lessor's Annual Cost Statement. The evaluation will consider compliance with all terms, offering additional preferences for historic properties within designated districts. The document emphasizes that to qualify for the award, proposals must demonstrate adherence to government sustainability and safety standards, ensuring the offered space meets VA’s operational needs efficiently while maintaining an environmentally responsible approach.
    This document is a Past Performance Questionnaire (PPQ) for a federal government Request for Lease Proposals (RLP 36C24425R0039) issued by the NCO4 Network Contracting Office in Pittsburgh, Pennsylvania. The RLP seeks leased space for an Emergency Response and Engineering Center (EREC). The PPQ is used to evaluate offerors' past performance. Section A is completed by the offeror, providing their information and authorizing the release of performance data. Section B, completed by assessors, evaluates the contractor's performance across various criteria including quality of service, schedule adherence, customer satisfaction, management, cost control, and safety. Assessors rate performance and provide comments, submitting the questionnaire directly to Ashley Saeler at Ashley.Saeler@va.gov by September 15, 2025. This ensures a comprehensive assessment for the lease acquisition.
    The Pre-Proposal Conference Agenda for RLP# 36C24425R0039 outlines the requirements for the Emergency Response Engineering Center (EREC). The RLP seeks up to 9,990 RSF (7,400 NUSF) for manufacturing, prototyping, and research, with a 10-year lease term (5 firm, 5 soft) and 10 parking spaces (2 ABA/ADA compliant) within a delineated area. Proposals are due via email by September 15, 2025, 4:00 PM EST. Evaluation factors include Quality (Location, Building Design, Lessor Capability, Project Management, Emergency Preparedness, Time to Occupy), Past Performance, and Price, with non-price factors approximately equal to price. Key exhibits like Draft Lease #36C24425L0011, Form 1217 Lessor Annual Cost, Form 1364 Proposal to Lease Space, and the Tenant Improvement Cost Summary (TICS) table are discussed, emphasizing the Lessor's responsibilities for shell maintenance, lump-sum TI payments upon completion and acceptance, and the importance of addressing all requirements and evaluation factors in the proposal. Verbal answers from the conference are unofficial; official answers will be published on SAM.gov by August 25, 2025.
    The Department of Veterans Affairs will hold a virtual pre-proposal meeting on Monday, August 18, 2025, at 10:00 AM EST, for the Emergency Response Engineering Center (EREC) RLP No. 36C24425R0039. Although attendance is not mandatory, offerors are strongly encouraged to participate. Questions regarding the solicitation must be submitted in writing to Ashley Saeler (Ashley.Saeler@va.gov) by August 13, 2025, at 4:30 PM EST. All submitted questions and their answers will be publicized via an RLP amendment on SAM.gov. Any remarks made at the meeting will not alter the solicitation's terms unless formally amended in writing by a VA Lease Contracting Specialist. Potential offerors joining the virtual meeting via phone (Conference ID: 893 681 645#) or TEAMS (Meeting ID: 211 912 407 723 5, Passcode: Nq7rx2hr) are requested to email their name and company affiliation to Ashley.Saeler@va.gov.
    This government file, an addendum to Request for Lease Proposal #36C24425R0039 for the Emergency Response Engineering Center (EREC) in Pittsburgh, PA, addresses vendor questions regarding lease requirements. Key clarifications include the absence of a LEED certification requirement and adherence to Facility Security Level II as per Exhibit C. The document specifies applicable VA publications (PG-18-10 and certain volumes of PG-18-15), clarifies that an existing loading dock door width of 10' 1.5"W is not acceptable, and mandates two dedicated ADA parking spaces. The lease term is a firm 5 years, soft 5 years, with exceptions potentially leading to disqualification. It defines shell and tenant improvement (TI) components, confirms a firm-fixed price lease, and indicates that TI will generally be paid in a lump sum, though the VA reserves the right to amortize it. Crucially, the document also updates Exhibit M, Space Plan, to address industrial space division, caging, full-height walls, and janitorial space, and confirms that FPLS submittal is not required for spaces under 10,000 sq ft on the first floor. Back-up power for emergency evacuation is required, with flexibility in the system type.
    This document, Exhibit N (RLP No. 36C24425R0039, Lease No. 36C24425L0011), outlines the space requirements for an EREC facility, detailing specific room types, their designated square footage, minimum door/egress specifications, and additional comments regarding privacy, sound protection, ventilation, and security. Key areas include multiple offices with solid, sound-protected walls, a cubicle area, a galley, and a conference/break room. Specialized spaces include a Telecommunications Room (EHRM compliant), a Studio/small 3D printers room requiring significant ventilation, a Metal Printer Room and Powdered Metal Storage needing segregation due to explosive materials, and a Soft-Goods Fabrication Room, all requiring solid walls for security. Industrial areas encompass Injection Molding, Router, Assembly, Parts Cleaning, Shipping and Receiving, and Storage, with the Storage area caged for security. The document also specifies a Janitorial Closet and Rest Rooms. The total required space is 7400 square feet, indicating a comprehensive layout for a specialized operational facility.
    The document is a Past Performance Questionnaire issued by the NCO4 Network Contracting Office in Pittsburgh, Pennsylvania, to evaluate contractor proposals for leasing space designated for an Emergency Response and Engineering Center. The questionnaire is structured into two sections: Section A requires the contractor to provide detailed information including their contact details, contract specifics, and authorization to release information. Section B is designed for assessors to evaluate the contractor's past performance based on quality of service, schedule performance, customer satisfaction, management, financial management, safety, and security. Assessors are to rate various aspects of the contractor’s performance on a scale ranging from Exceptional (E) to Unsatisfactory (U), with a comment section for additional notes. The deadline for the assessors to submit their evaluations is September 15, 2025. The questionnaire emphasizes the significance of accurate past performance records in informing the decision-making process regarding contractor suitability. This initiative underlines the government's commitment to a thorough evaluation process when considering proposals for contracts, particularly in critical service areas.
    This government lease document, specifically Lease No. 36C24425L0011 for the Emergency Response Engineering Center, outlines the terms and conditions for the Department of Veterans Affairs (VA) to lease office space. The lease details include the premises' size (9,990 rentable square feet, 7,400 net usable square feet), a 10-year term (5 firm, 5 soft), and rent payment based on net usable square feet. It specifies the inclusion of 10 parking spaces and clarifies that parking maintenance is part of the rent. The document also covers the Government's termination rights after the firm term with 90 days' notice. Key sections address construction standards, shell components, tenant improvements (TIs), and post-award activities, emphasizing the Lessor's responsibility for design, construction, and maintenance in accordance with all applicable codes and lease requirements. The Lessor is also responsible for ensuring funding, providing contractor information, and obtaining necessary permits. Various clauses regarding adjustments for vacant premises, overtime HVAC rates, and building improvements are detailed. The lease incorporates several exhibits, including agency-specific requirements and security protocols, and outlines terms for changes in ownership or legal name (novation).
    This government file, "EXHIBIT B-1 RLP No. 36C24425R0039 / Lease No. 36C24425L0011", details the technical specifications and environmental requirements for various equipment intended for different specialized rooms, likely for a federal government Request for Proposal (RFP) or grant. The document lists quantities, manufacturers, models, machine types, and detailed specifications including weight, dimensions, clearance, voltage, power, frequency, and specific room/area requirements. Key equipment includes 3D printers (FDM, Polyjet, P3), a low-ply CNC fabric cutter, ultrasonic welders, sewing machines, metal 3D printers and associated components (wet separator, monitoring, shot-peening, IPCM M pro, lifting truck, sieving, conveying modules), ultrasonic cleaners, compression and injection molding machines, a large format CNC router, screw compressors, and electric vehicle/forklift charging stations. The file also includes critical notes on grouping European voltages, ganging direct vents, combining water/drain sources, and specific environmental controls for metal printing rooms, such as gas-tight ventilation for Argon, and temperature/humidity control. It emphasizes the need for careful planning regarding utilities, ventilation, and space optimization for efficient operation and safety across different specialized areas like 3D printer rooms, soft goods, metal printer rooms, molding areas, and general spaces.
    This government file outlines the Department of Veterans Affairs' (VA) specific requirements for leasing contiguous office and light industrial space for an Emergency Response Engineering Center (EREC). The space must be zoned for manufacturing and housed in a professional, well-maintained building. Key requirements include detailed specifications for administrative areas, such as offices, common areas, a conference room/break room, restrooms, and various storage rooms, emphasizing electrical outlets, sound attenuation, and ADA compliance. The light industrial area requires specialized features for storing and handling hazardous materials, including specific ventilation, electrostatic discharge flooring for 3D printing areas, and robust structural loading capacities. Security is paramount, with strict requirements for facility security levels, CCTV systems, alarm systems, and access control. The document also details design review schedules, submission requirements for schematic, design development, and construction documents, and mandates compliance with numerous federal and state codes and VA publications. Construction requirements cover contractor qualifications, safety training, and inspection protocols.
    The Department of Veterans Affairs (VA) Provision Addendum, part of RLP No. 36C24425R0039 and Lease No. 36C24425L0011, outlines an alternative protest procedure for real property lease procurements. This provision allows an interested party to file a protest by mail or electronically with the Executive Director, Office of Construction and Facilities Management (003C), Department of Veterans Affairs. However, protests will not be considered if the interested party has a protest on the same or similar issue(s) already pending with the Lease Contracting Officer. This ensures a clear channel for addressing grievances while avoiding duplicate proceedings.
    This government file, part of federal lease acquisition solicitations, outlines crucial provisions for offerors, focusing on proposal submission, evaluation, and lease award processes. It defines key terms like "discussions" and "proposal revisions," and details procedures for amendments, modifications, and withdrawals of proposals. The document specifies strict conditions for the acceptance of late proposals and emphasizes the importance of clear evidence for mailing and receipt. It also addresses the handling of proprietary data, the government's right to reject proposals, and post-award debriefing information. Additionally, the file covers requirements for pre-award equal opportunity compliance evaluations for contracts over $10 million, proper execution of leases by various entity types, and procedures for protesting awards. It includes provisions for facsimile proposals, restrictions on leasing properties within 100-year floodplains, and mandatory registration in the System for Award Management (SAM) for offerors prior to award, including the need for a unique entity identifier. The overarching purpose is to ensure a fair, transparent, and compliant process for the acquisition of leasehold interests by the government.
    The document, Exhibit E of RLP No. 36C24425R0039 and Lease No. 36C24425L0011, outlines the general clauses for the acquisition of leasehold interests in real property by the U.S. Government, specifically the GSA. It details 57 clauses categorized into General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key aspects covered include definitions, subletting and assignment, Lessor default conditions and Government remedies, property inspection and maintenance, fire and casualty damage, compliance with applicable laws, alterations, space acceptance, payment terms including prompt payment and electronic funds transfer, ethical conduct, price adjustments, examination of records, dispute resolution, equal opportunity, small business utilization, and cybersecurity requirements. The document emphasizes adherence to FAR and GSAR regulations, ensuring clarity in lease obligations, rights, and remedies for both Lessor and Government, with certain clauses having specific applicability thresholds.
    The General Services Administration (GSA) Request for Lease Proposals (RLP) Form 1364 (REV. 1/2023) is a comprehensive document for potential lessors to submit offers for leasing space to the United States Government. It covers detailed financial aspects, including shell rent, operating costs, tenant improvement rent, and building-specific amortized capital rent, with provisions for step rents and renewal options. The form also requires extensive building and property information, such as construction details, age, square footage, parking availability, and compliance with fire protection, accessibility, seismic, and energy efficiency standards (ENERGY STAR®). Additionally, it addresses environmental concerns like asbestos-containing materials and floodplains. Offerors must provide owner and offeror identification, certify their understanding of the RLP, and disclose any requested deviations, emphasizing transparency and adherence to government leasing requirements.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government lease acquisitions, ensuring rental charges align with community rates. It requires lessors to detail estimated annual costs for services, utilities, and ownership. Section I covers services like cleaning, heating, electricity, plumbing, air conditioning, and elevators, breaking down costs into salaries, supplies, and maintenance for both the entire building and the government-leased area. Section II addresses ownership costs, including real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form emphasizes transparency, requiring detailed cost estimates or actual previous year costs. It also includes instructions for calculating rentable areas and a certification section for the lessor, underscoring the GSA's commitment to fair market value and accountability in leasing federal facilities.
    Exhibit H, RLP No. 36C24425R0039, details the prelease fire protection and life safety evaluation requirements for office buildings. It outlines two parts based on the offered space's floor level: Part A for spaces below the 6th floor, completed by the offeror, and Part B for spaces on or above the 6th floor, completed by a professional engineer. Both parts emphasize compliance with local building and fire codes, particularly NFPA 101 Life Safety Code. Part A requires general building information and yes/no questions on fire safety systems, while Part B demands a detailed narrative report from a licensed fire protection engineer, including a building walk-through and review of maintenance records. The document specifies fundamental code requirements, such as egress, fire escapes, and interlocking stairs. This ensures leased spaces meet stringent fire safety standards, with clear responsibilities for evaluation and necessary corrections.
    The provided government file, identified as EXHIBIT I for RLP No. 36C24425R0039 and Lease No. 36C24425L0011, outlines the general conditions and requirements for a federal lease or request for proposal. The document appears to be a standard set of terms and conditions, likely for real property, given the
    This government file, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," is an exhibit for federal government RFPs, specifically RLP No. 36C24425R0039 and Lease No. 36C24425L0011. It outlines prohibitions on executive agencies from procuring or extending contracts for equipment, systems, or services that use "covered telecommunications equipment or services" as a substantial component or critical technology. These prohibitions stem from Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The document requires offerors (property owners) to represent whether they will provide or use such equipment/services and, if so, to provide detailed disclosure information about the entities, equipment, and proposed use. It also directs offerors to check the System for Award Management (SAM) for excluded parties. The form includes spaces for the Lessor and Government names, and a section for the Offeror's signature, address, and telephone number.
    The "Security Unit Price List (Level II)" document, identified as EXHIBIT K / RLP No. 36C24425R0039 and Lease Number 36C24425L0011, outlines a comprehensive set of security requirements and their pricing for government facilities. This federal government RFP component details security standards across various categories: Facility Entrances and Lobby, Interior (Government Space), Sites and Exterior of the Building, Security Systems, Structure, Operations and Administration, and Cybersecurity. Many items, such as employee access control, retail/mixed-use space accommodation, public restroom access, securing critical areas, visitor access control, identity verification, key control, signage, landscaping, HAZMAT storage, and public parking access, are
    This document, Exhibit L of RLP No. 36C24425R0039, is a comprehensive cost summary and instruction guide for Tenant Improvements (TI) and Shell construction for a VA - EREC project in Pittsburgh, PA. It outlines the structure for calculating costs across various Masterformat CSI System Elements (Divisions 1-33) for both TI and Shell work. The document defines Tenant Improvements as finishes and fixtures that transform a shell space into a usable condition, while Shell work items are those for a warm lit shell. It also details the inclusion of Building Specific Amortized Capital (BSAC) for security-related improvements, noting how Architectural & Engineering Fees and Lessor's Project Management Fees apply to both TI and BSAC. The instructions guide users to accurately price materials and labor, emphasizing the importance of filling out specific fields and division tabs for a complete cost evaluation.
    Exhibit M, RLP No. 36C24425R0039, details the space requirements for a facility, likely for the EREC designation. It outlines various functional areas with specific minimum dimensions and egress requirements. Key spaces include multiple offices, a cubicle area, a galley, and a large conference/break room designed to be adjoined. Specialized areas are also specified, such as a Telecommunications Room (requiring EHRM compliance), a Studio/small 3D printers room needing significant ventilation and a dedicated sink, and a Metal Printer Room that must be segregated due to explosive concerns. A Powdered Metal Storage room and a Soft-Goods Fabrication Room are also listed. The document also includes requirements for restrooms and an industrial area with a large garage door for a load dock, totaling 7400 square feet. This exhibit provides a comprehensive spatial blueprint for the proposed facility, emphasizing functional needs and safety considerations for specialized activities.
    The document outlines a comprehensive Contract Submittal Schedule for the Emergency Response Engineering Center (EREC) project, identified by RLP NO. 36C24425R0039 and LEASE NO. 36C24425L0011. It details two main categories of required submissions: RLP Submittals and Lease Submittals. RLP Submittals include various forms such as GSA Forms 1364, 1217, and 12000, along with documentation proving ownership, flood plain compliance, financial commitments, and detailed plans like space concept drawings and site plans. Narratives on building location, design concept, technical capability, time to occupy space, parking, and legal descriptions are also required, as are proofs of signing authority and SAM active registration. Lease Submittals encompass operational and post-occupancy documentation, including building occupancy permits, HVAC and water testing reports, the executed lease document (GSA Form L100), firm commitment of funds, and various certifications and plans related to environmental compliance, construction, and maintenance. The schedule is designed to be completed by a Project Engineer, tracking submission dates, approvals, and any resubmittals, ensuring all contractual obligations are met for the project.
    The document outlines Lease No. 36C24425L0011 between the Lessor and the U.S. Government, specifically the Department of Veterans Affairs (VA), for an Emergency Response Engineering Center. It stipulates the lease terms for 10 years, including a firm term of 5 years, with provisions for termination rights. The Lessor is responsible for leasing approximately 9,990 rentable square feet, with rights to parking and appurtenant areas for government use. The rent structure includes annual and monthly payments, adjusted based on usable square feet, and is affected by occupancy terms and tenant improvements. Notably, the lease does not allow for broker commissions, and the Government can request alterations during the lease period. It emphasizes compliance with building codes, labor standards, and other regulations throughout construction and occupancy. This document serves as a formal agreement to ensure the successful provision and maintenance of the leased space for governmental operations while adhering to legal and safety standards.
    The document outlines specifications for various manufacturing machines and equipment intended for federal procurement under RLP No. 36C24425R0039. It includes details for 3D printers (Stratasys models), CNC fabric cutters, ultrasonic welders, sewing machines, injection molding equipment, compressors, and specialized cleaning booths. Each entry provides technical specifications such as dimensions, weight, voltage requirements, power consumption, and specific utility needs (water, ventilation, air pressure) relevant to their operation. Special considerations for shared facilities and optimal utility configurations are also noted, including potential consolidation of water and electrical supplies to enhance efficiency. This document is significant as it supports federal grant applications and procurement processes, ensuring that proper equipment is obtained for manufacturing operations while complying with technical and safety regulations. The central goal is to facilitate effective and integrated manufacturing capabilities within designated facilities.
    The Department of Veterans Affairs is seeking to lease office and light industrial space for an Emergency Response Engineering Center (EREC), with specific requirements for building design and functionality. The space must support manufacturing and be housed in a quality building, properly maintained, and well constructed. Emphasis is placed on creating a professional environment with sound-proofing, luxury vinyl flooring, and specialized infrastructure for telecommunication and security systems. Requirements include a variety of administrative offices, conference spaces, and light industrial areas, complete with adequate electrical outlets, telecommunication connections, and compliance with ADA specifications. There are stringent guidelines for security measures, such as CCTV installation and restricted access areas. The design must also cater to hazardous material storage and accommodate equipment installation through precise HVAC and electrical specifications. The document outlines submission schedules for design reviews, ensuring adherence to safety protocols, applicable codes, and VA standards throughout the construction process. The detailed specifications highlight the VA's commitment to creating a functional, safe workspace that supports its emergency response efforts while ensuring compliance with operational and security standards.
    The document outlines the security requirements for federal facilities under the lease agreement with the Department of Veterans Affairs (VA), classifying them under Facility Security Level II (FSL II). It emphasizes the importance of integrating security measures into the operational structure, including both the rental rate and tenant improvements. Key requirements involve defining critical and sensitive areas, implementing comprehensive site security criteria such as proper signage, landscaping, vehicle barriers, and lighting, as well as structure security criteria focusing on blast resistance, burglary resistance, and protection of utilities and sensitive areas. The security systems mandate video surveillance, intrusion detection, and emergency communication protocols, ensuring both physical security and cybersecurity measures are in place. Furthermore, the document stresses a collaborative effort in developing a Facility Security Plan to manage responsibilities and response procedures effectively, which must align with federal cybersecurity standards. This framework is essential for safeguarding both personnel and operations, emphasizing the VA's commitment to establishing secure environments in their facilities.
    The document outlines an alternative protest procedure for real property lease procurements under the Department of Veterans Affairs (VA). Instead of filing a protest with the Lease Contracting Officer, interested parties may submit their protests either by mail or electronically to the Executive Director of the Office of Construction and Facilities Management. The specified contact details include an address in Washington, DC, and an email. Importantly, the protest will not be considered if there is an existing protest regarding the same or similar issues with the Lease Contracting Officer. This provision aims to clarify the protest process for stakeholders involved in VA lease procurements, facilitating an organized approach to dispute resolution in federal solicitations.
    This document outlines the solicitation provisions for the acquisition of leasehold interests in real property, specifically under RLP No. 36C24425R0039 and Lease No. 36C24425L0011. Key components include definitions related to discussions, proposal modifications, and submissions. Offerors must submit proposals in designated formats and may modify or withdraw them before the award. The Government intends to award leases based on the best value evaluated against specified factors, with the option to reject proposals. There are stipulations regarding late submissions, pre-award compliance evaluations for contracts exceeding $10 million, and instructions for signing leases based on the type of entity involved (individuals, partnerships, corporations, or joint ventures). Additionally, the provisions detail the requirements for registration in the System for Award Management (SAM) and criteria related to leasing properties in floodplains. The document overall serves as a comprehensive guide for potential offerors engaging with federal leasing processes, ensuring clarity on submission criteria and compliance expectations.
    The document outlines the General Clauses for the lease acquisition process within the context of U.S. federal contracts, specifically pertaining to leasehold interests in real estate. Key clauses address definitions, subletting/assignment, inspection rights, default terms, and obligations of both the lessor and the government. The language reflects legal and compliance standards, including provisions on payment methods, contract adjustments, audits, labor standards, and compliance with applicable laws. The General Services Administration (GSA) stipulates maintenance requirements and the condition for acceptance of spaces by the government, emphasizing the necessity for adherence to federal regulations. Various clauses are designed to ensure due diligence on both sides, including the contractor’s obligation concerning business ethics and conduct. Additionally, the document incorporates specific clauses related to cybersecurity, small business utilization, labor standards, and dispute resolution mechanisms, reinforcing the commitment to equitable treatment and legal compliance within federal contract agreements. Overall, the clauses collectively delineate the responsibilities, rights, and processes to protect both the government and contractors in such leasing arrangements, ensuring transparency and accountability.
    This document details a proposal in response to Request for Lease Proposals (RLP) No. 36C24425R0039, issued by the General Services Administration (GSA). It outlines the financial terms, building specifications, and requirements associated with leasing office space for government use. Key components include the amortization interest rates, rent tables detailing shell rent and operating costs, building usable square footage, and parking requirements. It specifies necessary improvements to the leased property to meet federal standards, including fire protection, accessibility, and seismic safety. Offerors must certify their compliance with the RLP, noting if their proposal includes deviations from established requirements. Additional sections detail any offered renewal options, commissions, and other financial aspects critical to the lease agreement. The document emphasizes adherence to federal standards and thorough documentation to accompany proposals, reflecting a structured approach to leasing federal spaces. Overall, this proposal is part of a systematic process ensuring governmental leasing needs are systematically assessed and met, aligning with broader public sector facility management initiatives.
    The Lessor's Annual Cost Statement serves as a formal document utilized by the General Services Administration (GSA) to estimate the annual costs associated with leased space provided to the government. This report outlines required services and utilities included in rental agreements, such as cleaning, heating, plumbing, and maintenance, with differentiations between costs for the entire building versus the government-leased area. The statement requires input on various expenses like salaries, maintenance, utilities, real estate taxes, and insurance, essential for assessing fair market value and ensuring rental charges align with community standards. Additionally, it emphasizes that costs must reflect best estimates and mandates a certification from the lessor. As part of the RFP process, this document is crucial for transparency and compliance related to federal and local leasing agreements, ensuring efficient management of public resources.
    The document outlines the Fire Protection and Life Safety Evaluation requirements for an office building as part of the leasing process under RLP No. 36C24425R0039. It includes two sections: Part A, to be completed by the Offeror for spaces below the 6th floor, and Part B, which requires a detailed narrative by a licensed fire protection engineer for spaces above this threshold. Key evaluation aspects include compliance with local building codes, fire alarm and sprinkler systems, exit signage, emergency lighting, and elevator safety features. A significant emphasis is placed on identifying deficiencies, potential fire hazards, and ensuring all systems meet National Fire Protection Association (NFPA) standards. The document mandates that significant findings, corrective actions, and compliance assurances be recorded and certified by qualified professionals. The purpose of this evaluation is to provide detailed fire safety assessments and ensure that any offered office space aligns with federal safety standards, thus minimizing risks to occupants. Through rigorous inspections and evaluations, this process upholds the integrity of office environments to protect government employees and assets.
    The government document pertains to Lease No. 36C24425L0011, detailing a Request for Proposal (RFP) associated with the acquisition or leasing of facilities and associated services. It outlines the project's scope, emphasizing the need for compliance with federal and local regulations, safety measures, and environmental considerations. The document includes financial structures, timelines for proposal submissions, and criteria for evaluating potential contractors. Key points involve the necessity for thorough documentation and the importance of meeting specific requirements to ensure public safety and fiscal responsibility. The summary indicates an urgent need for transparency and accountability in government contracting, enhancing operational effectiveness. The proposals outline how contractors are expected to address service delivery and facility management standards while minimizing environmental impacts and adhering to labor laws. Additionally, it underscores the commitment of governmental agencies to modernize services and infrastructure while ensuring compliance with safety and health standards. The document serves as a comprehensive guideline for potential bidders, stipulating responsibilities and deliverables to optimize service quality.
    This document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as part of a federal leasing agreement (RLP No. 36C24425R0039). It establishes requirements for the Offeror, defined as the property owner, to disclose their use or provision of covered telecommunications equipment and services in compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The document details the prohibition against acquiring such equipment or services that may comprise essential components in federal contracts. Key elements include definitions of relevant terms, a summary of the prohibitions under Section 889(a)(1)(A) and (B), and procedures for the Offeror to verify against excluded parties in the System for Award Management (SAM). The representation requires the Offeror to declare whether they will or will not use covered technologies and to provide detailed disclosures if applicable. The document is structured to guide compliance and include specific disclosures about telecommunications equipment and services utilized. This representation aims to ensure national security by restricting the use of potentially compromised telecommunications technologies in government contracts, reflecting the federal government's commitment to secure communications infrastructure.
    The document outlines the Security Unit Price List (Level II) related to leasing specifications under RLP No. 36C24425R0039 for government facilities. It details various security standards and requirements associated with facility access, interior government space, site and exterior building security, security systems, structural safeguards, and operational administration. Key components include employee access control, identity verification programs, public restroom access, video surveillance systems, and cybersecurity mandates tailored for government operations. Priced items indicate the financial considerations related to these security measures. This structured framework indicates the government's commitment to comprehensive security protocols in leased spaces, ensuring operational safety and compliance with broader federal and state regulations. The document serves as a guideline for prospective lessors responding to government RFPs, establishing a clear understanding of expectations regarding facility security and associated costs.
    This document provides a detailed Tenant Improvement Cost Summary (TICS) for the Veterans Affairs (VA) agency regarding a project located in Pittsburgh, PA (RLP No. 36C24425R0039 and Project No. 36C24425L0011). It outlines the costs associated with tenant improvements and shell construction, breaking down various divisions (1-33) of construction work, including general requirements, existing conditions, concrete, masonry, metals, and finishes among others. Each division includes spaces to input specific quantities, unit costs, labor hours, and total costs, detailing both material and labor expenses. The TICS aims to provide a comprehensive cost evaluation while adhering to existing lease agreements. The document emphasizes the need for accurate data entry for financial planning and project management, stressing the importance of various fees (e.g., general contractor and architectural fees), and the definition of a building’s shell condition. This framework supports federal regulations related to construction costs, ensuring transparency in federal grants and RFPs, thereby illustrating the VA's commitment to maintaining efficient and compliant facility upgrades for better service delivery.
    The document outlines specific space requirements for leasing related to the Engineering Research Center (ERC) under RLP No. 36C24425R0039 and Lease No. 36C24425L0011. It details the necessary dimensions and designations for various office and operational areas including three offices, cubical space, a galley, a conference room with a break room, telecommunications room, and specialized areas for 3D printing and metal printing. Each area is assigned a minimum usable square footage (NUSF) alongside specified egress door dimensions, emphasizing functionality according to specific operational needs. Special attention is given to cleanliness and ventilation in the studio/small 3D printers area, as well as safety needs in the powder metal storage and metal printer room, categorizing them as explosive and necessitating segregation. The garage door dimensions and restroom specifications are also noted. The overall purpose is to inform potential lessors about the space requirements essential for the facility's operation, thereby facilitating the government’s request for proposals (RFPs) related to these leasing needs. This document is significant for the ongoing federal grants and state/local RFPs, establishing clear expectations for prospective suppliers and lessors in fulfilling government requirements.
    The document outlines the contract submittal schedule for the Emergency Response Engineering Center (EREC), including specific requirements for proposals related to leasing space under solicitation and contract number RLP NO. 36C24425R0039. It lists a series of required documents and narratives that contractors must submit for approval, categorized into two sections: RLP submissions and lease submissions. Key items include forms related to lease proposals, annual cost statements, fire safety evaluations, proof of ownership, and various narratives addressing technical capabilities, site plans, and compliance with regulatory standards. Additionally, lease submissions involve critical documents such as building occupancy permits, HVAC balance reports, and construction schedules, ensuring the lessee meets all governmental requirements before occupying the space. The document's structure allows for organized tracking of each item’s status, including the dates received, reviewed, and approved or disapproved. This comprehensive outline serves as a guideline for contractors to ensure compliance with government standards in the context of real estate leasing and facilities management in government projects.
    Similar Opportunities
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    U.S. Armed Forces Recruiting Office - Roanoke, Virginia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,470 usable square feet of retail space in Roanoke, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to provide a fully-serviced space with specific requirements, including 24-hour access, communication infrastructure, direct exterior access, and lighted parking, within a delineated area bounded by Amsterdam, Bedford, Rocky Mount, and Salem, VA. Proposals must comply with strict eligibility criteria related to accessibility, safety, and environmental considerations, and will be evaluated based on best value, taking into account both price and technical factors. Interested parties should submit their proposals by 3:00 PM EST on December 18, 2025, and can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    Navy Recruiting Center, Virginia Beach, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    Q702--Allentown Outpatient Clinic IOT&A
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    X1DB--Santa Maria Lease
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.