X1DZ--Beaver Community Based Outpatient Clinic
ID: 36C24424R0037Type: 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 leasing a Community Based Outpatient Clinic (CBOC) in Beaver County, Pennsylvania, under Solicitation Number 36C24424R0037. The government requires up to 29,906 Rentable Square Feet (RSF), translating to approximately 22,153 Net Usable Square Feet (NUSF), to provide essential healthcare services to veterans in the region. This initiative is critical for enhancing access to outpatient care, ensuring compliance with federal standards, and supporting the VA's commitment to veteran health services. Interested parties must submit their proposals by September 13, 2024, at 4:30 PM EST, and direct any inquiries to Lease Contract Specialist Ashley Saeler via email by August 30, 2024.

    Point(s) of Contact
    Ashley SaelerLease Contract Specialist
    (724) 496-0901
    Ashley.Saeler@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation notice for leasing space for a Community Based Outpatient Clinic (CBOC) in Beaver County, PA, under Solicitation Number 36C24424R0037. The Veterans Affairs Department seeks to lease approximately 29,906 Rentable Square Feet (RSF), which translates to about 22,153 Net Usable Square Feet (NUSF). Interested parties must submit inquiries concerning the solicitation via email by August 30, 2024, while the deadline for proposals is set for September 13, 2024, at 4:30 PM Eastern Time. The announcement lists a point of contact (Ashley Saeler) for further queries. The notice references multiple attached exhibits providing detailed requirements, security protocols, cost statements, and general clauses pertinent to the lease proposal. The initiative indicates the government’s ongoing effort to enhance healthcare resources for veterans through accessible facilities. This solicitation falls under standard procedures for government RFPs, underscoring transparency and structured communication in federal leasing operations.
    The document outlines an amendment to a previous Request for Lease Proposal (RLP) from the Department of Veterans Affairs for the lease of a Community Based Outpatient Clinic (CBOC) in Beaver County, Pennsylvania. The proposal calls for leasing up to 29,906 Rentable Square Feet, which equates to 22,153 Net Usable Square Feet. The response deadline for interested parties is set for September 13, 2024, at 4:30 PM Eastern Time, with a deadline for questions on the RLP on August 30, 2024. Inquiries must be submitted via email to the designated Lease Contract Specialist, Ashley Saeler, who will address questions through an amendment that includes responses. The document emphasizes that no answers will be provided via telephone and outlines the necessary steps for submitting questions. Overall, this solicitation reflects the VA's ongoing efforts to secure adequate facilities for veteran healthcare services in the community.
    The Department of Veterans Affairs is issuing an amendment to a previous solicitation for the leasing of a Community Based Outpatient Clinic (CBOC) in Beaver County, PA. The government seeks up to 29,906 Rentable Square Feet (RSF), equating to 22,153 Net Usable Square Feet (NUSF). The response due date for submissions is September 13, 2024, at 4:30 PM Eastern Time. All inquiries regarding the solicitation must be submitted in writing via email to the designated Lease Contract Specialist, Ashley Saeler. Questions must be received by August 30, 2024, as they will be answered publicly and included in an amendment to the Request for Lease Proposal (RLP). Additionally, several attachments relevant to the solicitation are provided, which include pre-proposal meeting agendas and updated space plans. This initiative demonstrates the government's ongoing efforts to secure adequate healthcare facilities for veterans in the community, aligning with its objective to enhance access to services.
    The Department of Veterans Affairs has issued an amendment to Request for Lease Proposal (RLP) No. 36C24424R0037, notifying potential offerors of important procedural updates. Key details include a directive that all inquiries regarding the solicitation must be submitted in writing via email to the designated point of contact, as telephone inquiries will not be addressed. The deadline for questions is set for August 30, 2024, at 4:30 PM EST, with late submissions possibly going unanswered. Additionally, the amendment includes information on a pre-proposal meeting, referenced as Attachment 1, aimed at aiding offerors in understanding the requirements and expectations related to the solicitation. This document underscores the importance of adhering to specified communication channels and timelines in government contracting processes, reflecting standard practices for ensuring efficient procurement operations.
    The Department of Veterans Affairs has issued an amendment to Request for Lease Proposal (RLP) No. 36C24424R0037, Amendment No. 0002, effective immediately. This amendment serves several purposes, including providing the agenda from a pre-proposal meeting held on August 21, 2024, and addressing questions raised during the solicitation period, detailed in attached documents. Additionally, it updates Exhibit P – Space Plan with a new revised version. The amendment reminds prospective bidders that the deadline to submit any further questions is August 30, 2024, by 4:30 PM EST, and stresses that the due date for proposals remains unchanged, set for September 13, 2024, also by 4:30 PM EST. Any late proposals will not be evaluated. This document is part of the ongoing contracting process for the VA and underscores the importance of clear communication and deadlines in government procurement procedures.
    The Department of Veterans Affairs is hosting a pre-proposal meeting for the Beaver Community Based Outpatient Clinic (CBOC) project (RLP No. 36C24424R0037) to outline the solicitation's requirements and address questions from potential offerors. The meeting is set for August 21, 2024, at 11:00 AM EST and will be held virtually, with attendance encouraged but not mandatory. Interested offerors are prompted to submit their questions in writing to the designated point of contact, Ashley Saeler, by August 16, 2024. All inquiries submitted before this deadline will be answered and made public through a RLP amendment on SAM.gov. It's important to note that any clarifications given during the meeting do not alter the solicitation terms unless formally amended by a VA Warranted Lease Contracting Officer. Participants calling in or attending via TEAMS must provide their name and company information to the point of contact. This meeting serves to facilitate clear communication and understanding of the project requirements for interested vendors within the framework of government procurement processes.
    The Beaver Community Based Outpatient Clinic (CBOC) RFP #36C24424R0037 seeks proposals for leasing up to 22,153 Net Usable Square Feet of clinical office space. A virtual pre-proposal conference is scheduled for August 21, 2024, to discuss lease requirements and answer questions. The Government requires 80 parking spaces, with 8 compliant with accessibility standards. The lease term is 20 years total, including a firm 10-year period. Proposals must address key evaluation factors, including location aesthetics, design concepts, and offeror qualifications. All proposals should be submitted by email by September 13, 2024, with late submissions potentially disqualified. The RLP includes various exhibits that detail lease terms, tenant improvements, and pricing structures. Clarifications and additional questions relating to the RLP must be submitted by August 30, 2024. Offerors should thoroughly review the RLP and accompanying documents to ensure their proposals meet all requirements and avoid inclusion of exceptions which could lead to disqualification. The initiative reflects the VA’s commitment to enhancing healthcare facilities while streamlining the proposal process for potential lessors.
    The Request for Lease Proposal (RLP), Solicitation # 36C24424R0037, pertains to the Beaver Community Based Outpatient Clinic (CBOC) in Pittsburgh, PA, and includes a series of vendor questions with corresponding government responses as of August 28, 2024. Key points involve the geographic restrictions for proposals, emphasizing that submissions from outside the designated area will not be considered. Additionally, the lease structure is confirmed as a firm-fixed price contract, which means vendors should plan their proposals to account for operational risks. Concerns regarding the design requirements for outdoor public spaces have been addressed by updating the associated space plan, clarifying that specific areas have been removed without altering the total space requirement. This document reflects standard practices for federal procurement processes, ensuring transparency and adherence to established criteria for bidding and proposal evaluations. Overall, it highlights the government's commitment to clear communication and structured bidding procedures in public healthcare leasing initiatives.
    The document outlines the spatial and functional design requirements for the Community-Based Outpatient Clinic (PACT) Interim (263). It details the configuration of various rooms across multiple functional areas, including the lobby, patient aligned care team clinic, audiology, mental health, physical medicine, imaging services, and laboratory medicine, among others. The layout emphasizes specific room types and sizes, making notable reductions in certain areas, such as decreasing the waiting area from 4,000 to 1,000 square feet to accommodate 20-30 patients. Overall, the clinic will encompass 101 rooms with a total net area of 14,292 square feet, intended to support diverse patient care needs efficiently. The design considerations reflect a transition to a more focused space usage to enhance patient care delivery within federal guidelines. The document serves as a strategic plan for building a modern healthcare facility, adhering to operational efficiency and patient accessibility.
    The document outlines Lease No. 36C24424L0005, an agreement between the Lessor and the U.S. Government, specifically the Department of Veterans Affairs (VA), for leasing premises at the Beaver Community-Based Outpatient Clinic (CBOC). The lease is set for 20 years, separated into a 10-year firm term followed by a 10-year soft term. Key components include details on the leased space (29,906 rentable square feet), rights to parking, and government use specifications. Rental agreements specify that the Government will pay annual rent based on net usable square feet, structured to cover all associated costs, such as operating expenses and tenant improvements. The lease includes provisions for termination, alterations requested by the Government, and stipulations for construction standards, ensuring compliance with local codes and regulations. The document contains various sections detailing the responsibilities of both parties, construction performance requirements, general lease terms, and conditions affecting occupancy. The overarching purpose is to formalize a long-term lease arrangement for Government use, ensuring proper facilities and services for Veterans, while adhering to regulatory frameworks for construction and tenant improvements. Overall, this document marks a systematic approach to government real estate management.
    The document outlines the Past Performance Questionnaire relevant to the solicitation for leased space for a Community Based Outpatient Clinic (CBOC) in Beaver, PA, issued by the Network Contracting Office 4 (NCO4) in Pittsburgh. Its primary purpose is to gather past performance data to evaluate proposals and ensure contractors meet necessary requirements. The questionnaire consists of two sections: Section A for contractor information and authorization, and Section B for assessors to complete based on their experiences with the contractor. Section A requires contractors to provide essential details such as contact information, contract specifics, and services rendered, along with an authorization for releasing information to NCO4. Section B allows assessors to rate contractors on various performance criteria, including quality of service, schedule, and business relations. The ratings range from 'Exceptional' to 'Unsatisfactory,' enabling a comprehensive evaluation of the contractor’s reliability. Assessors are advised to submit their completed questionnaires electronically, without sharing the information with the contractor being evaluated. The document emphasizes the urgency for assessors to complete their evaluations by September 13, 2024, highlighting its critical role in the procurement decision-making process for federal contracts. The overall goal is to ensure that only qualified contractors are awarded federal contracts based on their demonstrated past performance.
    The document outlines the alternative protest procedure for real property lease procurements within the Department of Veterans Affairs (VA), specifically for RLP No. 36C24424R003 concerning the Beaver CBOC. Interested parties seeking to protest a decision can submit their protest either by mail or electronically to the Executive Director of the Office of Construction and Facilities Management. However, a protest will not be accepted if there is already an existing protest on the same or similar issues with the Lease Contracting Officer. This provision emphasizes the VA's formal communication process for lease disputes, prioritizing efficiency and clarity in resolving issues related to real property leases. The procedure is a part of broader federal government initiatives to ensure transparency and accountability in procurement processes.
    The VA Pittsburgh Healthcare System (VAPHS) is planning to lease a Community Based Outpatient Clinic (CBOC) in Beaver, necessitating adherence to specific design criteria detailed in several key documents including the Lease Design Narrative (LDN), Room Data Matrix (RDM), and Environmental Services Statement of Work. The LDN outlines performance-based standards and compliance with the GSA Form L100 Global Lease and other relevant codes, with an emphasis on various design disciplines such as architecture, structural integrity, environmental services, and water quality monitoring. It defines requirements for areas like patient circulation, HVAC systems, plumbing, electrical work, and interior furnishings, aimed at creating a patient-centered medical home model. General requirements mandate compliance with VA and federal standards, while specific design approaches have been established for each clinic location, focusing on effective layout and facilities for veteran healthcare. This RFP is essential for guiding the development of safe, functional, and compliant healthcare facilities that cater to veterans' outpatient needs.
    The document outlines security requirements for a facility classified as Facility Security Level II (FSL II) under a lease agreement between the Department of Veterans Affairs (VA) and a lessor. It establishes obligations concerning site security, structural security measures, and interior security protocols, ensuring protection against various threats. Key points include the definition of critical and sensitive areas, guidelines for landscaping, vehicle access control, lighting requirements, and intrusion detection systems (IDS). The lease mandates compliance with specific security standards such as signage for federal facilities, blast-resistant materials, video surveillance systems (VSS), and emergency response protocols. It emphasizes the necessity for a comprehensive Facility Security Plan and the integration of cybersecurity measures, prohibiting connections to federal IT networks. Continuous security system maintenance and periodic testing are required to ensure operational integrity. This document serves as a critical reference for property management firms in navigating federal RFPs, emphasizing stringent security measures aligned with government regulations to safeguard sensitive operations within the VA facilities.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It includes important definitions, guidelines for submitting proposals, amendments to solicitations, requirements for late submissions, and provisions regarding proposal modifications and withdrawals. Key processes such as acknowledgment of amendments, restrictions on data disclosure, and evaluation criteria for proposals are highlighted. The government aims to award leases to responsible offerors who provide the best value, while it reserves the right to reject any proposals or make necessary amendments. It underscores the importance of the System for Award Management (SAM) registration and mandates that offerors must maintain this registration for contract performance. Additionally, the document addresses equal opportunity compliance evaluations for contracts exceeding $10 million and provides details on the federal acquisition supply chain security orders, emphasizing the prohibition of certain articles and the need for responsible sourcing. Overall, the document serves as a comprehensive guide to prospective offerors on how to submit proposals correctly and the requirements needed to be considered for lease agreements with the government.
    The document outlines the general clauses related to the acquisition of leasehold interests in real property, relevant to federal government contracts and RFPs. It presents key clauses from the General Services Administration (GSA) and the Federal Acquisition Regulation (FAR), encompassing definitions, subletting, payment terms, labor standards, and cybersecurity requirements. Specific provisions address maintenance, delivery conditions, performance defaults, and inspections, ensuring the rights and obligations of both lessor and government are clearly defined. The clauses encourage compliance with applicable laws and emphasize equal opportunity for veterans and individuals with disabilities. This document serves as a comprehensive framework for government contracting, reinforcing transparency, accountability, and legal compliance within RFP processes at federal, state, and local levels. The structured approach facilitates understanding of the responsibilities and entitlements of involved parties, contributing to effective property management in government operations.
    This document outlines a response to a Request for Lease Proposals (RLP) from the General Services Administration (GSA) for leasing a building. It includes a detailed rent table covering various financial aspects of the lease, including shell rent, tenant improvement costs, and operating expenses. The proposal provides information on the building's specifications, such as net usable square footage, rentable square footage, and parking arrangements required by local codes. Additionally, the offer details any required improvements to meet lease standards, accessibility issues, and adherence to fire safety regulations. It addresses components related to energy efficiency, such as the ENERGY STAR® rating, and compliance with historical preservation standards. The document contains provisions for financial negotiations, including renewal options and non-standard rental circumstances. It emphasizes the offeror's commitment to comply with all terms in the RLP and outlines the necessary contact information and certifications required for submission. This structured approach ensures transparency and adherence to federal leasing regulations, facilitating government operations across various agencies. Overall, the file serves as a comprehensive submission to meet federal leasing requirements while outlining the offeror's commitments and provisions.
    The Lessor's Annual Cost Statement serves as a crucial document in establishing the financial terms associated with leasing space to the government. It outlines the estimated annual costs for services and utilities provided by the lessor, including cleaning, heating, electrical, plumbing, air conditioning, and elevator services, segmented into costs for the entire building and the portion leased by the government. Additionally, the statement includes ownership costs excluding capital charges, such as real estate taxes, insurance, and maintenance expenses. The document requires lessors to provide detailed estimates or actual previous costs for each service, offering transparency and aiding the government in evaluating fair market rentals. It ensures compliance with established federal regulations under the GSA’s leasing policies. Proper completion of this form is essential for both parties' clarity on responsibilities and expenses. The document reinforces the Federal Government's commitment to fiscal accountability and adherence to local market conditions when negotiating leases.
    The document details a prelease Fire Protection and Life Safety Evaluation for the Beaver Community-Based Outpatient Clinic (CBOC), indicating two evaluation parts based on the floor location of the offered space. Part A applies to spaces below the 6th floor and requires completion by the Offeror or their representative. It necessitates information about building address, general building details, fire protection systems, and exit provisions, including questions about automatic fire sprinklers and fire alarm systems. Part B, meant for spaces above the 6th floor, involves a comprehensive assessment by a licensed fire protection engineer. This includes an evaluation of code compliance, potential hazards, building construction, and fire suppression systems, culminating in a detailed narrative report addressing deficiencies and recommending corrections. Both parts ensure compliance with local codes and NFPA standards, aimed at ensuring safety within federal properties. The evaluation process not only fosters adherence to safety regulations but also guides corrective actions for any deficiencies observed, emphasizing the government's commitment to maintaining high safety and operational standards in their facilities.
    The Security Unit Price List (Level II) serves as a critical component of the pre-award cost proposal for security measures under federal leasing agreements, particularly for Lease No. 36C24424R0037 at the Beaver CBOC. The document outlines various security unit prices across multiple categories, including facility entrances, interior government spaces, exterior sites, security systems, and operational procedures. Each section specifies items that need pricing, labeled as 'SHELL' for negotiation purposes, though actual costs are not to be provided in this form. Notable requirements include employee access control, visitor security, landscaping, parking access, and comprehensive cybersecurity measures. The Lessor is instructed to quote unit prices for specific countermeasures and ensure that all aspects impacting security are monitored during lease administration. This price list not only assists in establishing budgets for installation and maintenance required before occupancy but also acts as a standard for subsequent contract negotiations, emphasizing the government's initiative to maintain high security and compliance standards in public spaces. The form aims to facilitate transparency and detailed assessment in security-related negotiations for government facilities.
    The document is a representation form regarding certain telecommunications and video surveillance services or equipment, specifically in compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It outlines the obligations of the Offeror, who is defined as the property owner submitting a proposal, to disclose whether they will or will not provide covered telecommunications equipment or services to the Government. Key points include the prohibition of procuring equipment or services that use covered telecommunications components, with specific exceptions noted. The Offeror must review excluded parties from the System for Award Management and provide detailed disclosures if they will provide such equipment or if they use covered services. The document also specifies the necessary information to be provided about the equipment or services being offered, including the entity name, equipment descriptions, and the purpose of use. Overall, the form serves to ensure compliance with federal regulations aimed at protecting national security by restricting the use of certain telecommunications technologies in government contracts.
    The document provides detailed instructions for filling out the Tenant Improvement Cost Summary (TICS) for government projects, particularly focused on construction and renovation tasks. It outlines procedures for accurately itemizing material costs, labor hours, and summarizing the Total Tenant Improvement (TI) and Shell costs. The TICS uses a structured format based on Masterformat CSI divisions, requiring specific details on material descriptions, quantities, costs per unit, and labor rates. Key sections emphasize the importance of completing the 'INPUT' tab, which includes vital project details like square footage and associated fees for contractors and lessors. It directs users to include all material and labor related to both TI and Shell projects, ensuring a comprehensive overall cost estimation. The document serves crucially within the context of federal RFP processes by standardizing how costs are represented for government-funded projects, enhancing clarity, compliance, and transparency in budgeting practices. It reflects the government’s commitment to rigorous planning and fiscal integrity in renovation and construction undertakings.
    The document appears to be an amalgamation of various government forms, notices, and procedural guides related to federal and state requests for proposals (RFPs) and grants. The content discusses the management of funding applications, project proposals, and compliance with governmental regulations. Key elements include instructions on submission procedures, eligible project types, documentation requirements, and deadlines. Supportive details emphasize the need for detailed project descriptions, budget outlines, and regulatory adherence to facilitate funding approvals. It outlines the evaluation criteria for projects seeking funding, including the potential impact and sustainability of the proposed initiatives. Additionally, there is a recurring emphasis on clarity in communication and thoroughness in documentation to ensure favorable outcomes in the funding process. The overarching purpose of the document is to guide applicants through the complexities of the RFP and grant application processes while ensuring compliance with the relevant governmental standards and expectations.
    The Beaver Community Based Outpatient Clinic (CBOC) project involves a comprehensive review and comparison of room requirements for the clinic being developed in Beaver, Pennsylvania, with an emphasis on ensuring all necessary spaces and equipment are accounted for. The project, created on February 8, 2024, aims for completion by 2025, with specific details on room contents and the allocation of responsibilities for furnishing and installation outlined in the report. Key areas identified include multiple Communications Rooms, Mental Health Consult Rooms, Laboratory spaces, and various Patient Aligned Care Team (PACT) Clinic Rooms. The file clearly instructs the Contracting Officer Representative (COR) to verify room inclusions against a unit price list, ensuring proper equipment supply and installation (either by the contractor or the VA). Given the scale of the project, with numerous specialized rooms and extensive administrative oversight, it underscores the VA's commitment to enhancing healthcare access through established outpatient facilities tailored to meet the needs of veterans in the region. This structured approach facilitates the identification of all critical components and regulatory compliance necessary for the successful establishment of the CBOC.
    The document outlines the Submittal Schedule associated with Lease No. 36C24424L0005 for the Beaver Community-Based Outpatient Clinic (CBOC). Its primary purpose is to delineate the required contractual submissions needed for project approval under Solicitation/Contract Number 36C24424R0037. The schedule includes multiple submission items such as licensing certifications, reuse plans for building materials, green lease submittals, safety data sheets (MSDS), construction timelines, and various testing reports (e.g., for water quality and radon). Each item requires specific details including submission dates, notifications to contractors, resubmittal instructions, and final approval status. Additionally, there are provisions for identity verification of personnel needing unsupervised access and documentation regarding the management of potentially hazardous materials like asbestos. This structured approach ensures compliance with regulatory standards and aids in maintaining safety throughout the project lifecycle.
    The VA Signage Design Manual (PG 18-10), revised as of May 16, 2023, establishes baseline standards for designing signage and wayfinding systems at VA-owned and leased facilities. It emphasizes the importance of effective resource usage to create high-quality environments for Veterans. Developed collaboratively among various stakeholders, it includes updated guidelines reflecting new technology, regulations, and facility expansions. The manual is structured into four sections: Planning and Wayfinding, Sign Type Guidelines, Sign Type Drawings, and Supplementary Information, aimed at helping facility managers implement cohesive signage systems. Key updates include the overhaul of the planning process, the introduction of wayfinding technology, and detailed guidance on sign types and specifications. The evaluation process identifies when upgrades are necessary, often driven by aging signage systems and changes in facility layouts. Furthermore, it outlines project approaches for engaging design professionals, advocating for holistic planning. This manual supports the VA's commitment to improving navigational clarity and user experience, ensuring compliance with applicable codes and enhancing overall efficiency in signage management across facilities.
    The document outlines design modifications for the Beaver Community Based Outpatient Clinic (CBOC), detailing various functional areas and their corresponding room specifications and sizes. The Clinic features a diverse range of areas, including outdoor and indoor public spaces, patient care, imaging, education, and staff wellness. Notably, the main patient care area comprises 44 rooms with a net area of 6,035 square feet, accommodating essential services such as audiometric booths, exam rooms, and telehealth facilities. Additional sections include logistics and management areas, ensuring efficient operations with storage and staff workspaces. The logistics zone is designed for handling medical equipment and supplies, while the management section supports clinical training and leadership functions. The comprehensive design emphasizes accessibility and functionality, aligning with federal health standards for veteran services. Overall, this project reflects the government’s commitment to enhancing healthcare services for veterans by providing a modernized and well-equipped facility that meets diverse patient needs.
    The document pertains to a Request for Lease Proposals (RLP# 36C24424R0037) related to the Beaver Community-Based Outpatient Clinic (CBOC). It outlines the necessary representations and certifications required from the Offeror, who is the property owner. The main points include compliance with the North American Industry Classification System (NAICS) code for real estate (531120), the size standards for small businesses, and the requirement for registration in the System for Award Management (SAM). Further, it establishes that corporations with unpaid federal tax liabilities or felony convictions within the last 24 months are ineligible for contracting. It mandates the Offeror to declare their tax status and any felony convictions related to corporate officers. Additionally, the document requests the Offeror's Data Universal Numbering System (DUNS) number for identification purposes. Overall, the file emphasizes the compliance and eligibility criteria for entities wishing to submit proposals for the leasehold acquisition, ensuring only qualified Offerors are considered, thereby protecting government interests in the procurement process.
    The PACT Space Module Design Guide, developed by the U.S. Department of Veterans Affairs, outlines a new design paradigm for Primary Care Services through the Patient Aligned Care Team (PACT) model. It emphasizes transforming healthcare delivery to align with a patient-centered, team-based approach. The guide presents design standards aimed at creating functional, efficient, and adaptable healthcare spaces that enhance the veteran experience. Key elements include modular design allowing for future adaptability, separation of patient and staff flows to enhance privacy and operational efficiency, and a focus on patient-centered care by minimizing waiting times and improving access to services. Core strategies involve collaborative work environments and the integration of various clinical services to streamline care delivery. The guide aims to facilitate the continual evolution of health facilities in response to changing veteran needs and operational efficiencies. Overall, it serves as a standard for VA facilities, ensuring that healthcare environments are conducive to both staff collaboration and positive patient experiences, critical for the provision of high-quality care for veterans.
    This document is a Request for Lease Proposals (RLP) from the U.S. Department of Veterans Affairs for the leasing of approximately 29,906 rentable square feet of contiguous space in Beaver, PA, with the proposals due by September 13, 2024. It outlines detailed requirements for the lease, emphasizing the need for modern, accessible, and secure facilities that comply with federal standards. The lease will span 20 years, with a firm 10-year term, including opportunities for tenant improvements and a focus on energy efficiency. Essential information includes the specifications for building construction, site accessibility, environmental considerations, and tenant obligations regarding fire safety and historic preservation. Offerors must comply with comprehensive requirements depicted in various sections, including pricing, layout efficiency, and accessibility for individuals with disabilities, in accordance with the Architectural Barriers Act. Offers will be evaluated based on compliance with these requirements, and preference is given to historic properties. The document underscores the importance of sustainability and security, ensuring any property meets rigorous federal standards before being selected for lease. This RLP exemplifies the government's structured approach to securing space for its agency needs while reinforcing commitments to environmental, historical, and accessibility standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    New Lease for VA Clinic (CBOC) Parker County, Texas
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for a Community-Based Outpatient Clinic (CBOC) in Parker County, Texas, specifically in Aledo. The procurement requires approximately 14,500 to 15,500 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous clinical space, which must include at least 125 on-site parking spaces and be available for occupancy by June 2025. This facility is crucial for providing healthcare services to veterans, ensuring compliance with federal standards for safety, accessibility, and sustainability. Proposals are due by October 3, 2024, with inquiries accepted until September 13, 2024; interested parties should contact TaShia Marsh-Brown at Tashia.Marsh@va.gov for further details.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    X1DB--Bowling Green Community-Base Outpatient Clinic (CBOC) 49,235 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Bowling Green, Kentucky, under solicitation number 36C10F24R0039. The procurement aims to secure a fully serviced lease for approximately 49,235 ANSI/BOMA square feet, including a requirement for 300 on-site parking spaces, all to support healthcare services for veterans. This initiative is crucial for enhancing access to outpatient care, reflecting the government's commitment to improving healthcare facilities for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 4, 2024, with inquiries directed to Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov.
    General Services Administration (GSA) seeks to lease the following space to be used as a Community Outpatient Clinic (CBOC) by the Department of Veterans Affairs in Philadelphia, PA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease space for a Community Outpatient Clinic (CBOC) to be utilized by the Department of Veterans Affairs in Philadelphia, Pennsylvania. The required space must be between 25,000 and 29,000 square feet, located within a delineated area that includes specific geographical boundaries, and must meet various accessibility and safety standards. This procurement is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical facilities within a suitable environment. Interested parties must submit their expressions of interest by September 30, 2024, with occupancy anticipated in December 2026. For further inquiries, contact Jessica Herring at jessica.herring@gsa.gov or (215) 307-6889.
    X1DB--Mount Pleasant As-Built (VA-24-00080603) See Response Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms for a lease project related to the Mount Pleasant As-Built initiative, identified by solicitation number 36C24724R0084. The project requires approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC, with a preference for a 20-year lease that includes essential maintenance and utilities. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an anticipated cost between $100,000 and $10 million. Interested parties must submit expressions of interest by October 4, 2024, at 4:30 PM Eastern Time, and can contact Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further inquiries.
    X1DB--New Albany Outpatient Clinic (FY24) 49,262 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the leasing of a new outpatient clinic in New Albany, Indiana, under Request for Lease Proposal (RLP) No. 36C10F24R0055. The project requires a facility with a minimum of 41,873 to a maximum of 49,262 square feet, designed to meet specific construction, security, and accessibility standards, while also adhering to environmental regulations. This initiative is crucial for enhancing healthcare services for veterans, reflecting the government's commitment to providing modernized and accessible facilities. Proposals are due by September 26, 2024, and interested parties should contact Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov for further information.
    NEW/REPLACING RICHMOND CBOC LEASE - GLOBAL RLP# 36C25624R0124
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of approximately 42,882 rentable square feet of space in Richmond, Texas, to establish a Community-Based Outpatient Clinic (CBOC). The leased facility must meet specific requirements, including accessibility standards, security measures, and environmental compliance, with a focus on providing a modern healthcare environment for veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 30, 2024, at noon CST. Interested parties can contact Orita A. Jarvis at Orita.Jarvis@va.gmail.com or 281-795-7362 for further details.
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).