X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
ID: 36C24825R0031Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking offers for a lease of a Primary Care Annex in West Palm Beach, Florida, under solicitation number 36C248-25-R-0031. The procurement aims to secure approximately 11,886 to 12,000 ANSI/BOMA square feet of clinical space, which must include at least 100 parking spaces and be ready for occupancy by April 1, 2026. This facility will play a crucial role in providing healthcare services to veterans, emphasizing accessibility and modern medical office standards. Interested offerors must submit their proposals by May 1, 2025, to the Lease Contracting Officer, Javier Correa Ochoa, at javier.correaochoa@va.gov, with compliance to federal regulations and documentation requirements being essential for consideration.

Point(s) of Contact
Javier Correa OchoaLease Contracting Officer
(786) 299-2659
javiewr.correaochoa@va.gov
Files
Title
Posted
The document outlines the Request for Lease Proposals (RLP) No. 36C248-25-R-0031 from the Veterans Affairs (VA) for leasing office space in West Palm Beach, Florida. Offers are due by May 1, 2025, and must meet specified requirements related to space size (11,886 to 12,000 ABOA square feet), quality of construction, and amenities including secured parking and accessibility to public transportation. The lease term is for 10 years with a 5-year firm commitment, allowing for government termination rights with prior notice. Key considerations include environmental assessments, adherence to safety and security standards, and ensuring energy efficiency under the Energy Independence and Security Act. Offerors are also encouraged to prioritize historic properties during proposal evaluations. The comprehensive RLP requires submission of specific forms and supporting documents, including pricing information and evidence of property ownership. The approach emphasizes compliance with federal regulations and environmental sustainability, underscoring the government's commitment to responsible leasing practices while seeking suitable office space.
The document is an evaluation form for fire protection and life safety compliance in office buildings, specifically structured for General Services Administration (GSA) leases. It outlines two parts: Part A, for spaces below the 6th floor, to be completed by the Offeror or representative; and Part B, for spaces on the 6th floor or higher, requiring a licensed fire protection engineer. The evaluation must adhere to the latest building and fire codes, particularly the National Fire Protection Association (NFPA) standards. Part A includes basic information about the building, its fire protection systems, and life safety measures, while Part B involves a detailed assessment, including a narrative report addressing deficiencies and necessary corrections. Key safety considerations include the operation of automatic fire sprinkler and alarm systems, methods of egress, emergency lighting, and elevator recalls. Both parts require formal attestations confirming the accuracy of the information provided and the commitment to rectifying any identified non-compliance before lease acceptance. This document serves as a critical component in ensuring that the offered spaces meet safety standards before being leased by government entities.
The document is a "Sample Request for Past Performance and Questionnaire" from the Department of Veterans Affairs (VA) intended to gather evaluations of contractor performance related to a specific contract. The VA requires input on the past performance of a firm competing for a government contract, as this information is critical for selection decisions, guided by the Federal Acquisition Regulations (FAR). Evaluators are requested to respond to a series of questions covering various aspects of performance, including quality of work, response timing, cost control, and business management. Key points include a structured rating system for overall contractor performance, a focus on compliance with lease requirements, and an emphasis on safety and cost control measures. The questionnaire is designed to ensure that responses remain confidential and submissions must be completed and returned by a specified deadline. The document underscores the VA's commitment to thoroughly assess contractor capabilities based on prior work experiences to ensure quality service delivery in future contracts. Overall, this process is crucial for maintaining high standards in government procurements.
The document comprises the Tenant Improvement Cost Summary (TICS) for an unspecified federal or state construction project, detailing the costs associated with tenant improvements and shell work in accordance with General Services Administration (GSA) guidelines. It serves as a template for agencies to estimate construction costs by breaking down expenses across various divisions, such as concrete, plumbing, HVAC, electrical, and safety components. Each division includes sections for material and labor, requiring specifics like descriptions, quantities, units, and costs, to tabulate overall expenses accurately. The form emphasizes the inclusion of both tenant improvement costs and shell work while differentiating between the two scopes of work. Additional instructions guide users on inputting information for Building Specific Amortized Capital (BSAC), which focuses on security-related improvements. This ensures comprehensive pricing analysis by taking into account applicable fees and summarizing overall costs for government budgeting purposes. The document aims to standardize cost estimation, facilitate clarity, and improve accountability in government construction projects while aligning with federal regulations regarding tenant and shell improvements.
The Security Unit Price List document outlines the pricing structure for security measures associated with federal leases, particularly focusing on federal building standards and security requirements. It categorizes security features into areas such as Facility Entrances and Lobby, Government Space, Building Exterior, Security Systems, and Operations. Each section includes items that are priced based on the prescribed security requirements, with specific reference to potential costs being subject to negotiation after design confirmation. The document instructs leasing specialists to accurately enter unit prices and quantities for security measures, while also noting which items can be priced in the shell or tenant improvements. Emphasis is placed on compliance with security standards as well as the establishment of a baseline for cost assessment. Overall, the document serves as a strategic tool for ensuring adequate security planning and budgeting as part of federal contracting processes, particularly in relation to Requests for Proposals (RFPs) and grants at various governmental levels.
The document outlines the Labor Standards Provisions and Wage Determination requirements under the Davis-Bacon Act for construction projects related to Request for Lease Proposals (RLP) # 36C248-25-R-0031. It defines the "site of the work," specifying that laborers must be paid at least the rates determined by the Secretary of Labor, with payments made weekly without deductions, except for regulated exceptions. It details compliance expectations, including posting wage determinations prominently and addressing unclassified work through official channels. Specifically for Palm Beach County, Florida, the document lists prevailing wage rates for various construction roles, emphasizing minimum wage requirements under Executive Orders 14026 and 13658. The document also discusses the appeals process for disputes regarding wage determinations, outlining steps to address initial decisions by the Department of Labor. Overall, it serves to ensure fair compensation and adherence to labor regulations in federally funded construction projects, thus promoting worker protections and standards.
Mar 26, 2025, 8:05 PM UTC
This document outlines the necessary components for offers in response to RLP No. 36C248-25-R-0031, detailing the requirements for potential lessors proposing to lease space to the government. Key sections include completion of specific forms, such as GSA Form 1217 and GSA Form 1364, and detailed requirements for submissions, including ownership documentation, financial commitments for property improvements, zoning compliance, and the provision of tenant improvement and security cost estimates. Offerors must ensure adequate proof of ownership or control of properties, submit architectural and design plans, demonstrate capacity for financial backing, and provide an asbestos management plan and energy compliance documentation. Additionally, the offerors must account for various factors that assess the site’s location, amenities, access to public transportation, and proximity to emergency services. The document emphasizes the importance of comprehensive and precise submissions to facilitate the government’s review process. Ultimately, it aims to guide potential offerors in preparing competitive proposals that meet the government's leasing criteria for properties intended for use by the Department of Veterans Affairs.
The document outlines Lease No. 36C248-25-L-0003 between the Lessor and the U.S. Department of Veterans Affairs (VA) for office space designated as the Primary Care Annex. The lease specifies that the Lessor must demonstrate fee simple ownership of the property within 30 days or risk termination. The lease term lasts 10 years, with a 5-year firm period, and includes terms for rent payments, including an annual rent structure and parking space provisions. The document includes clauses on alterations, operating costs, termination rights, and tenant improvement adjustments. Key provisions indicated include the adjustment of rent based on real estate taxes, operating costs, and occupancy changes. The Lessor is responsible for various costs related to the premises operation, while the VA retains rights for alterations and improvements. The lease also incorporates performance standards for construction and mandatory compliance with federal labor laws. This comprehensive leasing agreement aims to furnish the VA with necessary facilities while ensuring both parties adhere to specific obligations and standards, ultimately supporting the VA's mission in providing care to veterans.
The Department of Veterans Affairs (VA) seeks to lease approximately 11,886 ABOA square feet of clinical space for a primary care clinic under RLP #36C248-25-R-0031. The desired space must be contiguous, professionally designed, and located on the ground floor, within a quality building. The full-service lease will encompass janitorial services, internet access, and security measures. Detailed space requirements include specific areas for staff workrooms, patient care rooms, restrooms, and administrative offices, alongside strict specifications for design, security, and telecommunication setups. Compliance with VA standards is essential across all areas, particularly concerning accessibility, technology infrastructure, and operational safety. The document emphasizes maintaining a central focus on creating an inviting environment for veterans and their guests while ensuring optimal functionality for healthcare delivery. This RFP aligns with the federal government's commitment to providing substantial care facilities for veterans, utilizing an aesthetically pleasing and efficiently designed clinic space tailored to meet specific patient needs.
Mar 26, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) is soliciting offers for a lease of a Primary Care Annex in West Palm Beach, Florida, aiming to secure a space of 11,886 to 12,000 ANSI/BOMA square feet. The requested property must have at least 100 parking spaces and be ready for occupancy by April 1, 2026. Only existing buildings that have undergone modernization for medical office use are eligible. Interested offerors must provide a cover page with essential property details, documentation confirming flood plain status, and proof of the ability to meet the Government’s requirements. For Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) claims, sufficient documentation of status and ownership percentages must be included. Offers must be submitted by May 1, 2025, via email to the Lease Contracting Officer. Compliance with fair rental value regulations is mandated. The document also includes attached exhibits detailing various forms and requirements relevant to the lease proposal process.
Mar 26, 2025, 8:05 PM UTC
The document serves as Amendment #1 to the Combined Solicitation Notice for the leasing of a new primary care annex in West Palm Beach, Florida, under solicitation number 36C248-25-R-0031 issued by the Department of Veterans Affairs. The amendment addresses typographic corrections, specifically clarifying the delineated area for the lease, which is bounded by Okeechobee Blvd to the north, Lantana Rd to the south, Military Rd to the east, and Forest Hill Blvd to the west. The deadline for submissions in response to this solicitation remains unchanged at 3:00 PM ET on May 1, 2025. This document indicates the ongoing efforts to secure a suitable lease for the VA, underlining the agency's commitment to enhancing healthcare access for veterans in the specified region while ensuring clarity and precision in the solicitation process.
Jan 30, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) is seeking market research proposals for a new lease of approximately 11,886 contiguous ABOA square feet of medical office space in western Palm Beach County, Florida. The contract will consider existing buildings that have been modernized or adapted for use, with readiness for occupancy required by April 1, 2026. The space must also include a minimum of 100 parking spots. Proposals can be submitted by owners or brokers, with site-specific details required, such as the building's address, rental rates, ownership information, and available services. The VA is focused on economically advantageous offers, adhering to the legal limit of appraised fair rental value. It is important to note that this is a sources sought notice, not a formal solicitation. Interested parties must submit their expressions by February 5, 2025, at 3:00 PM Eastern Time.
The document outlines the security requirements for leasing a primary care annex facility, categorized as Facility Security Level II. The Lessor is required to implement various security measures designed to protect critical areas and manage access control for both Government personnel and the public. Specific requirements include the installation of a Physical Access Control System (PACS), video surveillance systems (VSS), intrusion detection systems (IDS), and duress alarms, all subject to government approval. Key areas of focus include securing entrances, common spaces, and utility areas, controlling visitor access, landscaping to minimize concealment opportunities, and regulating public interaction with primary structural components. Additionally, explicit guidelines address emergency procedures, key control programs, and cybersecurity measures to protect sensitive data and systems. The overarching goal is to create a secure environment that safeguards both the building and its occupants while aligning with federal standards for facility security and maintenance. The document underscores the government's commitment to ensuring safety through stringent control measures and coordinated security efforts throughout the leasing period.
The document appears to be inaccessible, as the content intended for summarization is not displayed. Therefore, no main topic, key ideas, or supporting details can be extracted or analyzed to provide a summary. Without the proper contents, it is impossible to adhere to the request for an overview of the topics, key points, or the structure of the document. Further attempts to access or clarify the document are needed for effective analysis and summarization.
Mar 26, 2025, 8:05 PM UTC
The GSA Public Buildings Service document outlines the Lessor’s Annual Cost Statement in relation to Request for Lease Proposals Number 36C248-25-R-0031. It serves to estimate the annual costs associated with services, utilities, and ownership for a property leased to the government. The document is structured in two sections: Section I details costs of services and utilities provided by the lessor, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous expenses. It requires specific cost breakdowns for each category, identifying annual expenses for labor, supplies, and maintenance. Section II focuses on ownership costs excluding capital charges, encompassing real estate taxes, insurance, maintenance reserves, lease commissions, and management. A total cost section is included, and the lessor must certify the accuracy of the estimates provided. Overall, the purpose of this form is to ensure comprehensive disclosure of all costs related to leasing the building, facilitating transparency and accountability in federal leasing agreements. This aligns with the broader context of federal government RFPs, which demand precise financial disclosures from potential lessors to evaluate proposals effectively and ensure fiscal responsibility.
The document outlines solicitation provisions related to the acquisition of leasehold interests in real property as part of the General Services Administration (GSA) processes. It establishes definitions and procedures for offerors, including submission requirements, late proposals, and proposal modifications. Key details include that proposals should be submitted in writing, and that late proposals are only considered under specific conditions. The document also specifies requirements for contractors, such as equal opportunity compliance evaluations for contracts over $10 million and requirements for signing leases based on the type of entity. Offerors must be registered in the System for Award Management (SAM), meeting all registration criteria before award eligibility. Additionally, it emphasizes restrictions on data disclosure and the evaluation process for leases, allowing the government to reject any proposals if deemed necessary. The purpose of this document is to ensure transparency, compliance, and efficient management of the acquisition process for federal leasehold interests, aligning with federal regulations surrounding government contracts and grants. Overall, it serves as a guide for prospective leaseholders on the protocols, requirements, and evaluation criteria necessary for participation in federal leasing opportunities.
The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property under the RLP # 36C248-25-R-0031. It includes various clauses regarding definitions, subletting, maintenance, payment terms, and compliance obligations that govern landlord-tenant relationships in federal leasing. Key provisions stipulate the Government's rights to sublet, change tenant agencies, and conduct inspections while ensuring that Lessor obligations include maintaining property standards and compliance with applicable laws. Payment clauses detail the prompt payment requirements and conditions for various payments, while labor standards ensure equal opportunity and prohibit discrimination based on disability or veteran status. The document also includes clauses related to cybersecurity, such as safeguarding contractor information systems and prohibiting specific technologies. The purpose is to ensure clear guidelines for managing federal lease agreements, promoting compliance, and protecting government interests throughout the lease term. This structured approach emphasizes accountability and legal compliance in federal property leasing, highlighting the importance of adherence to the terms specified in government RFPs and grants.
The document serves as a representation and certification form associated with the Request for Lease Proposals (RLP) Number 36C248-25-R-0031, outlining mandatory disclosures and certifications required from property owners or offerors interested in government leases. It specifies definitions and criteria for various small business categories, including economically disadvantaged women-owned small businesses, service-disabled veteran-owned businesses, and HUBZone small businesses. Offerors must assert their business status and compliance with federal regulations regarding previous contracts, affirmative action, tax liabilities, and prohibited operations in specific regions, like Sudan and Iran. Additionally, it mandates the offeror's certification of independent pricing determination and notification of any legal or tax issues. The document integrates requirements from various federal regulations intended to ensure fairness, transparency, and compliance within government contracting processes, reinforcing the importance of accurate and honest representations in securing federal contracts or grants. The form must be filled out completely and accurately to accompany any offer submitted for consideration.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
X1AA--FY25 New Lease-Location: Vet Center Readjustment Counseling Service Miami
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of approximately 4,300 to 4,347 contiguous ANSI/BOMA Occupant Area (ABOA) square feet of medical office space for a Vet Center in Miami, Florida. The selected property must be an existing building that is modernized, located outside the 100-Year Floodplain, and provide a minimum of 20 dedicated parking spaces for VA use, with readiness for occupancy by June 1, 2027. This initiative is crucial for enhancing the services provided to veterans, ensuring they have access to appropriate facilities for readjustment counseling. Interested offerors must submit their proposals, including required documentation, by May 19, 2025, to the Lease Contracting Officer, Javier Correa-Ochoa, at javier.correaochoa@va.gov.
X1DB--FY25 New Lease: Multispecialty, Acupuncture and Chiropractic Clinic Brevard County
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the lease of a multispecialty, acupuncture, and chiropractic clinic in Brevard County, Florida. The required space must be between 6,240 and 7,560 ABOA square feet, located within a delineated area that includes key local landmarks, and must provide 42 surface-level parking spaces, including five reserved for ADA compliance. This initiative is crucial for enhancing healthcare accessibility for veterans, ensuring that the facility meets specific design, security, and operational standards as outlined in the solicitation documents. Proposals are due by May 26, 2025, with an estimated occupancy date of November 1, 2026. Interested parties must register in the System for Award Management (SAM.gov) and can direct inquiries to Lease Contracting Officer Javier Corea Ochoa at Javier.CorreaOchoa@va.gov.
X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.
San Antonio North CBOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of clinical space at the San Antonio North Community-Based Outpatient Clinic (CBOC) in Texas. The procurement involves securing approximately 19,691 rentable square feet (RSF) of clinical space to provide primary, specialty, ancillary, and mental health care services to veterans in Bexar County, with a lease term of 10 years, including 5 firm years and 5 soft years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring compliance with federal standards for safety, accessibility, and sustainability. Interested parties must submit their proposals by May 1, 2025, and can direct inquiries to Wallace Taylor at wallace.taylor@va.gov for further information.
X1DB--SUCEEDING LAFAYETTE CAMPUS B LEASE (VA-25-00031797)
Buyer not available
The Department of Veterans Affairs (VA) is seeking to lease approximately 6,815 Rentable Square Feet (RSF) of existing medical space in Lafayette, Louisiana, as part of a Sources Sought Notice. The VA aims to identify suitable properties that can accommodate outpatient clinic care and include 50 on-site parking spaces, with the requirement that the space be contiguous and outside of the 100-year flood plain. This opportunity is crucial for enhancing healthcare services for veterans in the area, and the lease term is set for 20 years, comprising a 15-year firm period followed by a 5-year soft term as a full-service lease. Interested parties must submit their expressions of interest, including specific property details, by May 7, 2025, at 10:00 AM Central Time, to Denedra Finley at denedra.finley@va.gov, without including pricing in their submissions.
Recruiting Station - Marine Corps Career Center - Palm Beach Gardens, FL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the lease of commercial space for a Marine Corps Career Center in Palm Beach Gardens, Florida. The required space must range from 1,219 to 1,605 gross rentable square feet and include specific features such as a private office, open cubicles, a testing room, and secured parking for five government vehicles. This procurement is crucial for establishing a functional recruiting environment that meets operational needs while adhering to federal regulations. Interested parties must submit their completed Proposal to Lease Space form and associated documents via email to Ana Fraguada at ana.m.fraguadavializ@usace.army.mil by 11:59 PM on April 28, 2025, with evaluations based on cost and operational factors to follow.
X1AA - Harker Heights, TX Vet Center Relocation Lease Space- Amendment 1
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of space for a new Vet Center in Harker Heights, Texas, as part of its initiative to enhance services for veterans. The government requires a minimum of 6,103 ABOA square feet of contiguous space in a modern building that meets specific accessibility, security, and environmental standards, with a lease term of 20 years and options for early termination after 10 years. This procurement is crucial for providing readjustment counseling services to veterans and their families, ensuring a professional and accessible environment. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Nicholas "Britt" Williams at Nicholas.Williams7@va.gov or Dominic Mabine at Dominic.Mabine@va.gov.
X1DZ--Space for Lease in Sussex County DE for Veterans Center RSF 4713 NUSF 3491
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing space to establish a Veterans Center in Sussex County, Delaware, under Request for Lease Proposal (RLP) No. 36C24425R0051. The procurement aims to secure approximately 4,713 rentable square feet of space that meets specific requirements for accessibility, security, and operational efficiency to support veteran services. This initiative underscores the VA's commitment to enhancing facilities for veterans, ensuring they receive necessary support in an accessible environment. Proposals are due by May 1, 2025, and interested parties can contact Lease Contract Specialist Joel Garceau at joel.garceau@va.gov or 412-654-0530 for further information.
X1DB--Cincinnati VAMC Admin Lease
Buyer not available
The Department of Veterans Affairs is seeking expressions of interest for the lease of 10,000 ABOA square feet of space, along with 100 parking spaces, to serve as an administrative building in Cincinnati, Ohio. This opportunity is specifically aimed at Service Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), with the lease term not exceeding 20 years and various requirements outlined for the offered space, including zoning approval and compliance with safety regulations. The anticipated project cost ranges between $5,000,000 and $10,000,000, and interested parties must respond by May 9, 2025, while also providing a Capabilities Statement to demonstrate their ability to meet the project requirements. For further information, interested vendors can contact Contract Specialist Ken Staiduhar at kenneth.staiduhar@va.gov or by phone at 216-707-7775.
X1DZ--Space for Lease at Ashtabula, OH for a CBOC 16,218 RSF/ 13,815 ABOA/ 12,013 NUSF
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing space for a Community Based Outpatient Clinic (CBOC) in Ashtabula, Ohio, under solicitation number 36C24424R0066. The requirement includes approximately 16,218 rentable square feet, with a minimum of 12,013 net usable square feet, preferably located on the first floor and compliant with ADA standards, to accommodate a Patient Aligned Care Team model and at least 75 parking spaces. This initiative is part of the government's commitment to enhancing healthcare services for veterans, ensuring that the facility meets specific design and operational criteria while avoiding incompatible properties and flood plains. Interested parties can contact Dakota Shipman, Lease Contract Specialist, at dakota.shipman@va.gov or 412-616-6722 for further information, with a full solicitation expected to be released within the next 10 days.