The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C10F250043 for approximately 49,510 ABOA square feet of contiguous space in Santa Maria, CA. The RLP outlines requirements for a modern building with 300 reserved parking spaces and potential roof access for antennas. Offerors must submit price proposals for both 15-year and 20-year firm lease terms by January 13, 2026. A virtual pre-bid conference is scheduled for November 13, 2025, with questions due by November 19, 2025. Key requirements include location on no more than three contiguous floors (one being ground floor), no bifurcated sites, no FEMA 100-year flood plain location, and appropriate zoning. The RLP also details eligibility criteria related to seismic safety, asbestos, accessibility, fire protection, and energy efficiency (EISA compliance), requiring an ENERGY STAR label or a plan for cost-effective energy improvements. Environmental due diligence, including a Phase I ESA, and adherence to National Historic Preservation Act requirements are mandatory. The NAICS code for this acquisition is 531120 (Exception).
The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C10F250043 for approximately 49,510 ABOA square feet of contiguous space in Santa Maria, CA. The RLP outlines requirements for a modern building with 300 reserved parking spaces and potential roof access for antennas. Offerors must submit price proposals for both 15-year and 20-year firm lease terms by January 13, 2026. A virtual pre-bid conference is scheduled for November 13, 2025, with questions due by November 19, 2025. Key requirements include location on no more than three contiguous floors (one being ground floor), no bifurcated sites, no FEMA 100-year flood plain location, and appropriate zoning. The RLP also details eligibility criteria related to seismic safety, asbestos, accessibility, fire protection, and energy efficiency (EISA compliance), requiring an ENERGY STAR label or a plan for cost-effective energy improvements. Environmental due diligence, including a Phase I ESA, and adherence to National Historic Preservation Act requirements are mandatory. The NAICS code for this acquisition is 531120 (Exception).
This document, "AGENCY SPECIFIC REQUIREMENTS (ASR) Cover Page RLP No. 36C10F25R0043," outlines the essential components for a Request for Lease Proposals (RLP) issued by the Department of Veterans Affairs (VA) for a facility in Santa Maria, CA. The RLP incorporates several key appendices that detail specific requirements for design, room contents, lease design narrative, information transport systems, facility security levels (FSL II), and a conceptual floor plan for an Outpatient Clinic (OPC). Additionally, a Lease Service Narrative is included. This comprehensive package provides prospective lessors with all necessary information to develop proposals for the VA facility, ensuring compliance with design, security, and operational standards.
The “PROGRAM FOR DESIGN SANTA MARIA VA CLINIC LEASE” outlines the space requirements for a new VA Clinic Lease in Santa Maria, California, projected for 2025-2026. This comprehensive document details the functional areas and associated room types, net areas, and staffing for various medical and administrative services. Key departments include Community Based Outpatient Clinic (PACT) Interim, Audiology and Speech-Language Pathology, Dental, Eye, Mental Health, Physical Medicine and Rehabilitation (PM&R), Pathology and Laboratory Medicine (PLM), Clinic Management, Logistics, Police, Canteen, Staff Support, General Support, Business Office, Women’s Health, Telehealth, Community Engagement and Reintegration Service, and the Center for Development and Civic Engagement. The facility will have a total net area of 27,739 NSF, a gross area of 41,609 GSF, and accommodate 88 staff members, excluding non-ABOA spaces for specific rooms like vestibules and toilets. The design emphasizes patient-centered care and efficient operation across all clinical and support functions.
The "CBOC Department Adjacency Matrix" details spatial relationships between various departments within a healthcare facility, likely a Community-Based Outpatient Clinic (CBOC). The matrix uses a coded system (1-Very Strong/Adjacent, 2-Strong/Close Same Floor, 3-Moderate/Convenient Different Floor, 4-Weak/May be Separated, X-Separation Required) to indicate required proximity. Key adjacencies include a guard/policeman at the front entrance and strong connections between the Lobby and Business Services, Service Organizations, and Voluntary Service (VSO). Multi-Speciality Clinics show a strong adjacency to Audiology and Speech Pathology, and Mental Health Clinic: Outpatient Psychiatric Clinic. Radiology Service and Pathology and Laboratory Medicine have strong ties to the Lobby and other clinical services. The document emphasizes the importance of strategic departmental placement for operational efficiency, patient flow, and security, a critical consideration in federal healthcare facility planning and design, often outlined in government RFPs for construction or renovation projects.
The "CBOC Department Adjacency Matrix" details spatial relationships between various departments within a healthcare facility, likely a Community-Based Outpatient Clinic (CBOC). The matrix uses a coded system (1-Very Strong/Adjacent, 2-Strong/Close Same Floor, 3-Moderate/Convenient Different Floor, 4-Weak/May be Separated, X-Separation Required) to indicate required proximity. Key adjacencies include a guard/policeman at the front entrance and strong connections between the Lobby and Business Services, Service Organizations, and Voluntary Service (VSO). Multi-Speciality Clinics show a strong adjacency to Audiology and Speech Pathology, and Mental Health Clinic: Outpatient Psychiatric Clinic. Radiology Service and Pathology and Laboratory Medicine have strong ties to the Lobby and other clinical services. The document emphasizes the importance of strategic departmental placement for operational efficiency, patient flow, and security, a critical consideration in federal healthcare facility planning and design, often outlined in government RFPs for construction or renovation projects.
The "VA Leased CBOC Design Narrative" outlines comprehensive performance-based standards for the design and construction of VA leased Community Based Outpatient Clinics (CBOCs). It consolidates governing codes, standards, and references, emphasizing compliance with federal, state, and local regulations, including NFPA, FGI Guidelines, and ASHRAE standards. The document details requirements across various disciplines, such as site/civil, architecture, interior design, mechanical, plumbing, and electrical systems. Key areas covered include patient-centered design principles, accessibility for patients of size, acoustic considerations, signage, critical dimensions, and specific technical requirements for HVAC, medical gases, and standby power. The narrative also distinguishes between building shell and tenant improvement responsibilities, providing clear definitions for each. Its purpose is to ensure standardized, safe, and efficient outpatient facilities for veterans.
The Santa Maria, CA Outpatient Clinic's risk assessment, conducted per NFPA 99 (2021) Edition, details safety protocols across various departments, including General, Infection Control, Safe Patient Handling, Fall Prevention, Medication, and Quality Management. The assessment addresses risks such as communicable diseases, patient handling for individuals over 300 lbs, medication storage, and the need for eyewash stations. Key mitigation strategies include dedicated bariatric exam rooms and toilets, mobile lifts (with ceiling lifts for PM&R and Prosthetics), nurse calls in patient toilet rooms, and an emergency shower/eyewash in Logistics and Lab. The NFPA 99 classification categorizes systems from Category 1 (major injury/death risk) to Category 4 (no impact on patient care) for areas like Electrical, IT, Plumbing, and HVAC. Dental services will use gas bottles if piped gas is unavailable. This comprehensive assessment ensures facility design and operations meet rigorous safety and compliance standards.
The Santa Maria, CA Outpatient Clinic's risk assessment, conducted per NFPA 99 (2021) Edition, details safety protocols across various departments, including General, Infection Control, Safe Patient Handling, Fall Prevention, Medication, and Quality Management. The assessment addresses risks such as communicable diseases, patient handling for individuals over 300 lbs, medication storage, and the need for eyewash stations. Key mitigation strategies include dedicated bariatric exam rooms and toilets, mobile lifts (with ceiling lifts for PM&R and Prosthetics), nurse calls in patient toilet rooms, and an emergency shower/eyewash in Logistics and Lab. The NFPA 99 classification categorizes systems from Category 1 (major injury/death risk) to Category 4 (no impact on patient care) for areas like Electrical, IT, Plumbing, and HVAC. Dental services will use gas bottles if piped gas is unavailable. This comprehensive assessment ensures facility design and operations meet rigorous safety and compliance standards.
This government file, likely part of an RFP for healthcare facility construction or renovation, details a comprehensive Room Data Matrix for various spaces, including resident areas, community spaces, and surgical suites. It specifies interior finishes, door and hardware requirements, and detailed mechanical, electrical, and IT provisions for each room type. The document outlines specific material types for floors, walls, and ceilings, acoustical ratings (STC), and ceiling heights. It also includes FGI Guidelines and ASHRAE 170 parameters for indoor temperatures, humidity, air changes per hour (ACH), and noise levels (NC). Lighting notes specify fixture types, controls, and special requirements, often referencing the VA Lighting Design Manual. Power notes detail receptacle types, quantities, and emergency power requirements, including specialized connections for medical equipment. HVAC notes provide guidelines for air balance, exhaust systems, and temperature/humidity control. The document emphasizes adherence to various standards and guidelines, such as NFPA 101, ADA compliance, and USDA regulations, ensuring a high level of detail for construction and renovation projects in healthcare and residential care settings.
This document, "CBOC INFORMATION TRANSPORT SYSTEMS SPECIFICATIONS," outlines detailed technical specifications for Community Based Outpatient Clinic (CBOC) infrastructure, primarily focusing on information transport systems. Developed by the Department of Veterans Affairs, it covers generic specifications for telecommunications media, interfaces, and equipment rooms. The document provides detailed layouts for healthcare facility equipment rooms and telecommunication rooms, including requirements for cooling, power distribution, and physical clearances. It also specifies typical rack elevations, cabinet details, and work area outlet configurations. Power distribution schematics emphasize redundancy and specific electrical requirements for various components, ensuring robust and reliable infrastructure for CBOC facilities. The file is a comprehensive guide for designing and implementing information transport systems within VA healthcare settings.
This document outlines comprehensive security requirements for Facility Security Level II (FSL II) federal facilities, specifically for the Department of Veterans Affairs (VA). It details criteria for site, structure, entrance, and interior security, encompassing measures such as clear signage, landscaping, robust vehicle barriers, and blast-resistant windows and facades. The requirements also cover advanced security systems like Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), duress alarms, and emergency power for security infrastructure. The document emphasizes the Lessor's responsibilities for implementation, maintenance, and compliance with federal standards, including cybersecurity protocols for Building and Access Control Systems (BACS).
The Santa Maria CBOC Departmental Block Diagram outlines the programmatic design for a healthcare facility, dated September 10, 2025. This diagram illustrates the planned layout and relationships between various clinics and support areas within the facility. Key departmental blocks include PACT 1 and PACT 2, Mental Health Clinic, Dental Clinic, Eye Clinic, Audiology, and PM & R Clinic. Supporting areas encompass multiple lobby/reception/waiting areas, communications rooms, shared medical appointment rooms, a public toilet, volunteer welcome desk, laboratory, logistics, clinic management, vending, staff support, business office, and spaces for community engagement, reintegration services, and the Center for Development and Civic Engagement. This comprehensive block diagram serves as a foundational program for design, indicating spatial requirements and interconnections for the future Santa Maria CBOC.
The VA Lease Service Narrative, dated September 2, 2024, outlines specific utility, maintenance, and service requirements for VA-leased outpatient clinics, particularly Community-Based Outpatient Clinics (CBOCs) and Health Care Centers (HCCs). It emphasizes compliance with federal, state, and local codes, including NFPA and TJC accreditation standards. The document details comprehensive janitorial services, including staff training, safety protocols, and daily to annual cleaning schedules for both interior and exterior areas. It specifies requirements for cleaning product selection, paper products, snow removal, and the maintenance and testing of HVAC, medical gas, normal electrical, and emergency power systems. The narrative also addresses onsite lessor management, scheduled and non-scheduled maintenance, landscape upkeep, and waste recycling, all aimed at ensuring a safe, clean, and functional environment for VA facilities.
The Offering Entity Acknowledgement Form for RLP ID: 36C10F25R0043 from Santa Maria, CA – OPC, requires Offerors to provide accurate entity information for evaluation. This includes detailed contact information, UEI, and Tax Identification Numbers. It also asks for confirmation of the Authorized Official's listing in SAM Representations and the Entity Operating Agreement. Additionally, the form collects data on the Offeror Entity/Prime Contractor Status, specifying size status (SDVOSB, VOSB, SB) and current certifications in SAM under NAICS 531120, and verification in VetCert. Failure to provide the required information may result in a non-responsive proposal. The form concludes with sections for the Offering Entity POC's signature, name, and date.
The "Offeror Proposal Compliance Matrix" (RLP No.: 36C10F25R0043) outlines the mandatory submission requirements for offerors responding to a government Request for Lease Proposals (RLP) for the OPC in Santa Maria, CA. This five-page document serves as a checklist, requiring offerors to indicate compliance with each item and provide comments as necessary. Key submission categories include Volume I (Technical Proposal) and Volume II (Price Proposal), which encompass detailed technical information, past performance records, financial data, project management and operations plans, and compliance with small business designations. Additionally, the matrix specifies requirements for offering entity submittals (e.g., proof of ownership, zoning compliance), building/site submittals (e.g., flood plain compliance, environmental assessments), and various RLP document submittals (e.g., GSA forms, appendices). The document mandates the use of specific forms and adherence to various RLP paragraphs, ensuring a comprehensive and compliant proposal from lessors to the government.
The document indicates that the content of the file could not be displayed and suggests that the user's PDF viewer may not be able to display this type of document. It recommends upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This suggests that the original file was likely an unreadable or corrupted PDF document within the context of government RFPs, federal grants, or state/local RFPs, which could not be processed.
This government file, Attachment #1 to Form 1364, is a template for offerors to provide detailed financial and spatial information for a Department of Veterans Affairs lease function, specifically RLP #36C10F25R0043 for OPC, Santa Maria, CA. The document outlines instructions for offerors to populate gray-colored cells with real dollar values (up to two decimal places) and prohibits the input of formulas or copied values. It requires information such as total rentable and ABOA square feet, common area factor, parking details, land acquisition costs, annual operating expenses, and tenant improvement lump-sum totals and rates. The attachment includes sections for both 15-year and 20-year firm lease terms, requesting annual rent breakdowns for fully-serviced, operating expenses, and shell rent, with specific consideration for tenant improvements paid as a lump sum. The purpose is to standardize the financial proposals from offerors for federal government lease RFPs.
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors responding to federal government Requests for Lease Proposals (RLPs). This form, mandated by OMB Control Number 3090-0086, requires lessors to provide detailed estimated annual costs for services, utilities, and ownership exclusive of capital charges. Section I focuses on estimated annual costs for services and utilities furnished by the lessor as part of the rental consideration, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous items like security and building management. Lessors must detail expenses for salaries, supplies, contract services, system maintenance, and utility consumption for both the entire building and the government-leased area. Section II addresses estimated annual ownership costs, such as real estate taxes, insurance, building maintenance and reserves for replacement, lease commissions, and management fees. The form also includes instructions for calculating rentable area and emphasizes that GSA's policy is to lease space at prevailing market rates. Lessors must certify the accuracy of their cost estimates. This document ensures transparency and aids the government in determining the fair market value of leased space.
This government file outlines a lease agreement between a Lessor and the United States of America, acting through the Department of Veterans Affairs (VA). The document specifies instructions for offerors, details the lease term (X years firm), and describes the premises, including rentable square footage and appurtenant rights such as parking and antenna access. It meticulously breaks down rent and other considerations, including shell rent, operating costs, tenant improvement rent, and parking fees, with provisions for adjustments based on actual space measurement and final tenant improvement costs. The lease also addresses payment of a lease acquisition fee to PUBLIC PROPERTIES, LLC, outlines general terms and conditions, construction standards, design and post-award activities, tenant improvement components, and obligations for utilities and services during the lease term. Key sections define terms, cover alterations, waiver of restoration, change of ownership, real estate tax adjustments, operating cost adjustments, and additional deliverables. The document is comprehensive, establishing the legal and financial framework for the VA's lease of property.
The document outlines the Program for Design for the Santa Maria VA Clinic Replacement, an urgent lease request projected for 2026-2028 within VISN 22, California. The clinic is part of the Greater Los Angeles HCS. The program details an extensive range of functional areas and their associated room requirements and net areas. Key functional areas include a Community Based Outpatient Clinic (PACT) with a lobby/reception area (1,500 NSF), patient-aligned care teams (5,235 NSF), audiology and speech-language pathology (890 NSF), dental (1,585 NSF), eye (1,400 NSF), mental health (1,040 NSF), physical medicine and rehabilitation (1,575 NSF), pathology and laboratory medicine (685 NSF), clinic management (452 NSF), logistics service (1,076 NSF), police service (80 NSF), canteen service (150 NSF), staff support (920 NSF), general support (340 NSF), business office (396 NSF), telehealth (760 NSF), community engagement and reintegration service (750 NSF), and a center for development and civic engagement (270 NSF). The total net area for the clinic is 19,104 NSF, with a total gross area of 38,686 GSF.
The VA-FSC Vendor File Request Form (VA Form 10091) is used by the Department of Veterans Affairs to establish or update vendor records in their payment system. This form collects essential information for individuals, commercial entities, employees, veterans, federal agencies, and foreign payees to facilitate electronic payments. Required details include payee/vendor type, tax identification numbers (SSN/TIN), unique entity identifiers (UEI) for SAM.gov registered entities, and comprehensive banking information for Electronic Funds Transfer (EFT/ACH) compliance. The form also requests VA facility information for internal use and authorized representative contact details. Adherence to the Privacy Act of 1974 is noted, ensuring data is used solely for payment transmission by the Treasury Department. Completion of the form is estimated to take 15 minutes, and failure to provide required information may delay payments. The document outlines detailed instructions for each section and provides contact information for assistance, emphasizing secure fax for submission.
The RLP No.: 36C10F25R0043 Santa Maria, CA, OPC Lease document outlines a comprehensive Past Performance Questionnaire (PPQ) for evaluating contractor performance in federal government projects, specifically for VA and federal medical/office leases. The questionnaire, dated November 2018, is designed to gather detailed information on a contractor's past work, including contractor/offeror details, general work information, contract specifics, and a project description. It requests references to assess various aspects of performance such as quality, schedule adherence, customer satisfaction, management, personnel, cost/financial management, and safety/security. The document provides a clear rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with detailed definitions to guide evaluators. References are instructed to submit the completed questionnaire directly to VA’s Broker by January 13, 2026. The PPQ aims to provide a thorough assessment of a contractor's capabilities and past performance to mitigate risk in future solicitations.
The Standard Form 330 (SF330) is used by federal agencies to collect professional qualifications from architect-engineer (A-E) firms for contract selection, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Firms are chosen based on competence and qualifications, with negotiations commencing with the most highly qualified. The form consists of two main parts: Part I, “Contract-Specific Qualifications,” details the qualifications for a particular contract, including team composition, personnel resumes, and example projects. Part II, “General Qualifications,” provides overall firm qualifications, employee disciplines, experience profiles, and average revenues, and can be kept on file with agencies for consideration in certain contracts. Agencies may issue supplemental instructions, which firms must adhere to. The document also defines key terms such as “Architect-Engineer Services,” “Branch Office,” “Discipline,” “Firm,” and “Key Personnel.”
The "Contractor's Qualifications and Financial Information" form (GSA 527) is a federal document (OMB Control Number: 3090-0007) designed to collect comprehensive financial and organizational data from contractors for establishing financial responsibility or procuring credit with the U.S. General Services Administration. The form requires detailed general information including company name, address, type of organization, taxpayer ID, and ownership details. It also delves into financial health, requesting information on government financial aid and indebtedness, including any delinquencies or outstanding claims. A significant portion covers financial statements, including balance sheets and income statements, which can be provided separately if prepared by independent accountants. The document also gathers banking and finance company information, details on principal merchandise or raw material suppliers, and specifics on current and completed construction/service contracts. Finally, it collects information on bonding coverage and any past denials or charges of failing to meet subcontractor/supplier claims, culminating in a certification section for authorized officials.
The provided file, likely an excerpt from a government Request for Proposal (RFP) or a similar contract document, repeatedly lists
The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property, detailing instructions for offerors. Key aspects include definitions of terms like "discussions" and "proposal modifications," along with rules for submitting, modifying, revising, and withdrawing proposals. It specifies conditions for considering late submissions, particularly emphasizing strict evidence requirements for mailing and receipt dates. The document also addresses restrictions on disclosing and using data, requiring specific legends for proprietary information. Lease award procedures cover evaluation criteria, the government's right to reject proposals, and considerations for unbalanced pricing. Furthermore, it details requirements for parties to execute leases, procedures for serving protests, guidelines for facsimile proposals, and mandatory registration in the System for Award Management (SAM) with unique entity identifiers. Finally, it incorporates provisions from the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent and disclose compliance regarding covered articles and sources.
This government file outlines General Clauses (GSA Template 3517B – REV (02/25)) for the acquisition of leasehold interests in real property. It covers various categories, including General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other clauses. Key provisions address definitions, subletting, Lessor default, Government inspection rights, property maintenance, fire and casualty damage, compliance with laws, alterations, and acceptance of space. Payment terms detail prompt payment, electronic funds transfer, and adjustments for under-delivered space. Standards of Conduct encompass business ethics, anti-kickback procedures, drug-free workplace, and hotline poster display. Adjustment clauses cover price adjustments for illegal activity, defective pricing data, and changes. Audit and disputes procedures are also included. Labor standards ensure equal opportunity for veterans and individuals with disabilities, and reporting on veterans' employment. Small business clauses promote utilization and subcontracting plans. Cybersecurity provisions establish safeguarding requirements for contractor information systems and prohibit the use of certain hardware, software, and telecommunications equipment, including those from Kaspersky Lab, ByteDance, and other entities subject to FASCSA orders. The document emphasizes adherence to FAR and GSAR regulations, ensuring comprehensive legal and operational frameworks for government leases.
The GSA Form 12000 outlines prelease fire protection and life safety evaluation requirements for office buildings, crucial for federal government RFPs. It consists of two parts: 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 fire protection engineer. Both parts ensure compliance with building and fire codes, particularly NFPA 101 Life Safety Code. Part A covers general building information, fire sprinkler, fire alarm, exit, and elevator systems. Part B requires a detailed narrative report from a licensed engineer, assessing the entire building for compliance, identifying deficiencies, and recommending corrective actions. This form ensures that offered spaces meet stringent fire safety standards before government occupancy, with Part B being valid for five years if no major modifications occur.
The document, RLP No. 36C10F25R0043, is a "Certification of Building Energy Performance" for a project located in Santa Maria, CA. This one-page form requires a certified Architect-Engineer Firm to attest that the project's energy performance will meet the efficiency standards outlined in DOE regulations, specifically 10 CFR Part 435. This regulation pertains to "Energy Conservation Voluntary Performance Standards for Commercial and Multi-Family High Rise Residential Buildings; Mandatory for New Federal Buildings." The form includes fields for project location, title, number, project manager, and details for the certifying firm, including name, title, address, professional registration number, and state of registration. The purpose is to ensure federal building projects comply with mandatory energy efficiency requirements.
The Request for Lease Proposals 36C10F25R0043 for Santa Maria, CA, in October 2025, outlines federal labor standards for construction projects, focusing on wage rates, overtime, and worker protections. Key regulations include the Contract Work Hours and Safety Standards Act, requiring overtime pay for hours exceeding 40 per week and imposing liquidated damages for violations. The document also incorporates the Construction Wage Rate Requirements (Davis-Bacon Act), mandating prevailing wages and fringe benefits for laborers and mechanics at both primary and secondary work sites. Contractors must maintain detailed payroll records for three years, submit weekly payrolls with compliance statements, and ensure all subcontractors adhere to these provisions. Specific rules are provided for apprentices and trainees, ensuring they are paid according to approved programs. The Department of Labor’s wage determination (CA20250014) for Santa Barbara County is included, detailing hourly rates and fringes for various classifications, along with minimum wage requirements under Executive Orders 14026 and 13658. Non-compliance can lead to contract termination and debarment. Disputes are to be resolved via Department of Labor procedures, and contractors must certify their eligibility for government contracts.
The document outlines the project room contents for the urgent replacement lease of the Santa Maria VA Clinic in Santa Maria, CA, projected for 2026 with a midpoint in 2028. The facility, under VISN 22 and Station ID 691 (West Los Angeles), is being managed by Steve Hillberg. The file details various functional areas and specific room types within a Community Based Outpatient Clinic (PACT) Interim (263). Key departments include Support Area, Dental Clinic, Mental Health Clinic, Clinic Management, Logistics Service, Eye Clinic, Business Office, Community Engagement and Reintegration Service, Center for Development and Civic Engagement, Lobby/Reception Area, Patient Aligned Care Team (5 Teamlets), Physical Medicine and Rehabilitation (PM&R) Clinic, Pathology and Laboratory Medicine (PLM) Service, Police Service, Staff Support Area, and Telehealth (Custom). The listed rooms cover a comprehensive range of medical, administrative, and support functions, from communications rooms and exam rooms to dental treatment rooms, mental health consult rooms, various offices, laboratories, and staff lounges, all aimed at replacing the existing facility.
The RLP Offer Attachment outlines seismic compliance requirements for federal government leases, detailing six forms (A-F) that ensure buildings meet seismic safety standards. Forms A-D are pre-award, requiring offerors or their engineers to certify compliance for benchmark buildings (A), existing buildings (B), commit to retrofits or new construction designs (C), or claim exemptions (D). Forms E and F are post-award, used by the lessor's engineer to certify compliance for retrofitted (E) or new buildings (F) before lease acceptance. All forms necessitate supporting documentation. Key definitions for terms like 'Engineer,' 'ASCE/SEI 31,' 'ASCE/SEI 41,' 'Seismic Certificate,' and 'RP 8' are provided to ensure clarity and adherence to the specified seismic safety standards.
The GSAR 552.270-33 clause mandates disclosures regarding foreign ownership and financing for high-security leased spaces. Offerors, lessors, and novation transferees must submit representations detailing immediate and highest-level owners, as well as financing entities. Key definitions include "foreign entity," "foreign person," and various ownership levels. These representations must be completed upon proposal submission, annually updated by lessors to reflect any changes, and provided during lease novation. The document outlines specific information required, such as legal names, unique entity identifiers, physical addresses, and countries of foreign owners or financing entities. The purpose is to ensure transparency and government awareness of any foreign involvement in federal leases for high-security properties, emphasizing the accuracy and completeness of the disclosed data.
The Department of Veterans Affairs (VA) is hosting a Pre-Bid Conference for its Santa Maria, CA Outpatient Clinic project (RLP No. 36C10F25R0043). This conference, scheduled for November 13, 2025, at 1:00 pm ET via Microsoft Teams, aims to provide an opportunity for interested parties to ask questions regarding the project requirements. To attend, companies must pre-register by submitting a completed registration table to Brad Seifert at bseifert@ppwashdc.com by 5:00 pm ET on November 12, 2025. All questions must be submitted electronically as per Section 3.02 of the Request for Lease Proposals (RLP) by 5:00 pm ET on November 19, 2025. This event is crucial for potential bidders to gain clarity on the VA's requirements for this significant outpatient clinic project.
This Commission Agreement, dated October 9, 2024, outlines the terms between a Lessor and Public Properties (Broker) for the lease of office space to the Department of Veterans Affairs (Tenant) in Santa Maria, CA, under Request for Lease Proposal No. 36C10F25R0043. The Lessor agrees to pay the Broker a commission of 1.40% of the "Aggregate Lease Value" for the initial non-cancelable term. The commission is earned upon lease execution and paid in two installments: three-fourths upon lease award and one-fourth upon Tenant's occupancy or lease commencement. The Aggregate Lease Value includes full-service rental, base rent, operating costs, real estate taxes, amortization of tenant improvement allowances, and fixed rental escalations, but excludes rental abatements, operating expense/tax increases, and additional service payments. The agreement details commission adjustments for changes in tenant improvements, indemnification for brokerage claims, confidentiality, liability limitations, and provisions for late payments (10% interest per annum). It also allows the Tenant, at its sole option, to pay the commission to the Broker out of rent or other payments owed to the Lessor if the Lessor defaults.
The document provides a detailed Room Data Matrix for interior construction, outlining specifications across various departments and room types within a government facility. It covers floor, wall, and ceiling finishes, door types and hardware, mechanical systems (HVAC, air balance), electrical requirements (power, lighting, controls), and IT infrastructure (data outlets). Key parameters include ceiling height, sound transmission class (STC), fire ratings, hardware groups, air change rates (ACH), indoor temperature and humidity ranges, and maximum noise levels (NC). The matrix emphasizes compliance with FGI Guidelines and ASHRAE 170 standards, with specific notes for special requirements like lead lining in imaging rooms, sealed light fixtures in sterile areas, and multi-level switching for lighting controls. The document serves as a comprehensive guide for design and construction, ensuring functional, safe, and compliant spaces across a wide range of administrative, clinical, and support areas.
The Department of Veterans Affairs (VA) has issued an unrestricted Request for Lease Proposals (RLP) for a property in Santa Maria, CA, identified under Solicitation Number 36C10F25R0043. Proposals are due by January 13, 2026, at 5:00 PM ET. Key dates include a virtual pre-bid conference on November 13, 2025, at 1:00 PM ET, with registration required by November 12, 2025, at 5:00 PM ET. Questions regarding the RLP must be submitted by November 19, 2025, at 5:00 PM ET. The RLP outlines instructions and requirements for lease proposals, which will be evaluated according to the stated Method of Award. Interested parties should consult the attached Zip Drive and the Santa Maria RLP R100 document for comprehensive details.
The document is a presolicitation notice from the Department of Veterans Affairs regarding a leasing opportunity for the Santa Maria, California VA Outpatient Clinic. The solicitation number is 36C10F25R0043, with a response deadline of August 8, 2025. It is classified under the NAICS code 531120 and involves contractual considerations related to property leasing. The notice indicates that the agency has set aside this opportunity, and interested parties are directed to refer to an attached document detailing highlighted changes related to the project. For communication, potential respondents can contact Brad Seifert, a Realty Specialist, via email or phone. The presolicitation notice serves to inform vendors of the upcoming lease requirements, facilitating competition and transparency in the procurement process. The additional context from the attached documents is vital for potential bidders to prepare their proposals effectively.
The U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for leasing approximately 49,510 ANSI/BOMA Square Feet of clinical space, including parking, in Santa Maria, CA, for an Outpatient Clinic. This Sources Sought Notice is not a solicitation but aims to identify potential sources and suitable locations. Interested parties must submit their EOIs by August 1, 2025.
Key requirements include having contiguous ground floor space, compliance with zoning regulations, and proximity to public transportation and amenities. The offered space cannot be affected by flood plains or located adjacent to properties with incompatible uses. Submissions must include detailed property information and demonstrate capabilities such as past project experience, compliance with relevant regulations, and evidence of financial ability to undertake projects of this size.
The acquisition may be set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB), adhering to small business size standards under NAICS Code 531120. The VA intends for the lease to have a firm term of up to 20 years, with anticipated construction costs between $20 million and $50 million, emphasizing a collaborative partnership for facility design, construction, and maintenance throughout the lease term.
The Santa Maria CBOC Departmental Block Diagram outlines the programmatic design for a healthcare facility, detailing various clinics and support areas. Key departments include PACT Communications, Eye Clinic, Audiology, PM & R Clinic, Telehealth, Mental Health Clinic, and Dental Clinic. The diagram also shows shared spaces such as multiple lobbies/waiting areas, receptions, staff support areas, and a community engagement and reintegration service center. Specialized rooms like the Public Toilet (NON-ABOA), Volunteer Welcome Desk, Laboratory Logistics, and Vending are also integrated. The overall layout focuses on patient flow and staff efficiency within a comprehensive clinic setting, indicating a structured approach to facility planning, likely for a federal government RFP related to healthcare infrastructure development.
The document outlines a pre-decisional agenda for a VA Contracting Officer regarding Request for Lease Proposal (RLP) No. 36C10F250043 in Santa Maria, CA. The purpose of the pre-bid meeting is to provide an overview of requirements for a new outpatient clinic, promote competition, and clarify the RLP package. Key requirements include a maximum of 49,510 ABOA SF across no more than three contiguous floors (one being ground floor), 300 on-site parking spaces, and a lease term of up to 20 years firm. Proposals will be evaluated based on best value trade-off, considering factors like location, technical quality, delivery schedule, offeror's qualifications and past performance, operations and maintenance plan, and socio-economic status. Offerors must submit proposals by January 13, 2026, including a technical proposal, price proposal, environmental documentation, additional submittals (e.g., evidence of ownership, Phase I ESA, Cultural Resources Study), and financial capacity. All questions must be submitted in writing by November 19, 2025.
The document is a Q&A clarifying requirements for RLP No. 36C10F25R0043 for a VA CBOC in Santa Maria, CA. It addresses proposal submission in four volumes, allowing adjustments to conceptual floor plans, and clarifies generator requirements for specific loads like HVAC for clean rooms and medical refrigerators. The projected lease award date is September 2026, with negotiations and revised proposals likely. The VA will appoint a resident engineer, Contracting Officer, and Project Manager as primary contacts post-award. Offerors must include licensed professionals for architecture, engineering, and specialty consultants like Medical Equipment Planners and Physical Security Consultants in their design team. Cultural resources reports are required with initial offers, and local code governs EV infrastructure. Soft costs for Tenant Improvements are covered by A/E and PM markups, with other soft costs in shell rent.
The U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for approximately 49,510 ABOA square feet of clinical space and 300 parking spaces in Santa Maria, CA, for an Outpatient Clinic. The VA will consider existing buildings or new construction for a lease term of up to 20 years. Properties must be within a specific delineated area and meet various requirements, including being on a maximum of three contiguous floors, not in a FEMA 100-year flood plain, zoned for VA use, and not near incompatible uses like correctional facilities or railroad tracks. Additionally, the space must be close to amenities and public transportation. Submissions must include property owner information, location maps, descriptions of ingress/egress, adjacent property uses, FEMA maps, evidence of compliance with seismic, ABBAS, fire/life safety, and sustainability standards, and details on utilities and environmental studies. Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), including Joint Ventures, are encouraged to respond and must provide specific certifications and past performance on projects between $20,000,000 and $50,000,000. EOIs are due by August 8, 2025, and should be emailed to Brad Seifert, with copies to Sam Perminter and Anntwinette Dupree-Hart. The estimated Market Survey date is August 21.
The U.S. Department of Veterans Affairs is soliciting Expressions of Interest for approximately 49,510 ANSI/BOMA Square Feet of clinical space, with a maximum of 56,937 Rentable Square Feet, in Santa Maria, CA, for an outpatient clinic. This notice seeks to identify potential properties and is not a formal request for proposals. The lease term may extend up to 20 years, and submissions must meet specific criteria, including zoning compliance and proximity to amenities and public transport. Properties must avoid floodplain areas and prominent incompatible uses. Interested parties must provide detailed information along with capabilities statements by the EOI due date of August 8, 2025, including evidence of funding capability, past projects, and business certifications. The VA aims to determine whether the opportunity may be set aside for Service-Disabled Veteran Owned or Veteran Owned Small Businesses, underscoring its commitment to supporting these entities. This initiative falls under the greater framework of federal contracting processes, reflecting ongoing efforts to secure suitable space for VA healthcare services while ensuring compliance and operational efficiency.
Amendment No. 1 to Request for Lease Proposal (RLP) No. 36C10F25R0043, issued by the Department of Veterans Affairs on December 15, 2025, modifies the original RLP for a Community Based Outpatient Clinic (CBOC) in Santa Maria, CA. The amendment primarily reduces programmed square footage and parking requirements, and extends the initial offer due date to February 27, 2026. It replaces several key documents, including the RLP Form R100, Appendix A.1 – Program for Design, Appendix A.2 – Project Room Contents List, and Appendix A.6 – Santa Maria, CA OPC Conceptual Floor Plan, with revised versions. Additionally, Appendix A.7 – Room Data Matrix (RDM) is added. Reference materials such as a Pre-Bid Conference Slide Deck, Pre-Bid Meeting Recording, and Questions & Answers are also provided. This amendment ensures that potential offerors have updated information for their lease proposals.