X1DB--Baltimore, MD. Outpatient Clinic 135,148 ANSI/BOMA
ID: 36C10F25R0036Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for leasing an Outpatient Clinic (OPC) in Baltimore, MD, under Request for Lease Proposal (RLP) No. 36C10F25R0036. The VA requires between 114,876 to 135,148 ANSI/BOMA square feet of contiguous modern office space that meets specific security, accessibility, and environmental standards, including the absence of asbestos and the provision of at least 800 dedicated parking spaces. This facility is crucial for enhancing healthcare services for veterans, accommodating an estimated 1,000 daily patients and 271 staff members. Interested parties must submit their proposals by August 15, 2025, and can direct inquiries to Patti Restrepo at patricia.restrepo@chartwellenterprises.com or (202) 997-7025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Lease Proposals (RLP) No. 36C10F25R0036 for office space in Baltimore, MD, with offers due by August 8, 2025. The VA seeks between 114,876 to 135,148 ANSI/BOMA square feet of contiguous modern office space, which must adhere to specific security, accessibility, and environmental standards, including the absence of asbestos. Key requirements include a minimum of 800 dedicated parking spaces, zoning for VA use, and space equipped for vending operations under the Randolph-Sheppard Act. Proposals should detail pricing scenarios for 15 and 20-year lease options, with the possibility of being evaluated without further discussions. Participants must adhere to various compliance measures related to environmental considerations, historic preservation, and energy efficiency, including possessing an ENERGY STAR® label unless exempted. A pre-bid conference will be held virtually for interested parties to clarify the RLP requirements. This RLP demonstrates the VA’s commitment to procuring a suitable facility that meets operational needs while ensuring compliance with federal regulations.
    This document outlines a lease agreement (Lease No. 36C10F25L0011) between a lessor and the United States Government, specifically the Department of Veterans Affairs (VA). It details the terms for leasing commercial space, including a description of the leased premises, rental terms, adjustments for utility and operating costs, and provisions for tenant improvements. The lease term starts with acceptance of the premises and has options for renewal, with specific clauses addressing termination rights, the payment of broker fees, and real estate tax adjustments. The document also defines important terms and establishes guidelines for alterations requested by the Government during the lease term. Additional sections specify construction standards, general conditions for maintenance, as well as obligations related to safety, compliance, and environmental measures. Overall, it provides a comprehensive framework for the leasing process between a private lessor and the federal government, ensuring clarity around costs, responsibilities, and lease management to facilitate government operations. The agreement highlights the government's intent to maintain high standards in its leased properties for operational efficiency while complying with relevant legislation.
    The VA Financial Services Center (FSC) has launched a digital version of the VA Form 10091 (Vendor File Request Form) accessible through its Customer Engagement Portal (CEP). Vendors must first register with id.me to utilize this digital form. Non-System for Award Management (SAM) commercial vendors only have limited access to the form and cannot use the CEP for payment history unless they are registered with SAM, which also provides enhanced security against fraud. The digital form remains a supplemental method for the vendorization process, maintaining existing procedures for form usage. For invoicing and payment inquiries, commercial vendors can use the Tungsten Network platform. The document emphasizes the need for SAM registration and provides contact information for vendor support.
    The document outlines the Past Performance List of References as part of the procurement process for the Department of Veterans Affairs (VA). It emphasizes the importance of past performance in evaluating contractors for federal contracts. The form provides structured sections for submitting contractor details, project descriptions, work history, and reference contact information. Offerors must categorize their contracts as either VA or non-VA, and provide a Past Performance Questionnaire (PPQ) that assesses various performance aspects, including quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and compliance with safety regulations. The questionnaire employs a rating system from "Exceptional" to "Unsatisfactory" to evaluate contractor performance, guiding procurement officers in assessing risk and ensuring the selection of capable contractors. The document's aim is to standardize the evaluation of past performance to enhance the quality of service delivered to the VA through increased accountability and transparency in the contractor selection process. Overall, it reflects stringent standards that prospective contractors must meet to qualify for VA projects.
    The ARCHITECT-ENGINEER QUALIFICATIONS form (Standard Form 330) is utilized by federal agencies to assess the qualifications of architect-engineer firms for specific contracts. This process is governed by the Selection of Architects and Engineers statute and requires an announcement for A-E services, from which at least three highly qualified firms are selected based on demonstrated competence. The evaluation relies on this form, performance evaluations, and additional agency-requested data. The form consists of two main parts: Part I details qualifications for a specific contract, including project information, a proposed team of firms, organizational charts, resumes of key personnel, and examples of relevant projects. Part II encompasses the general qualifications of a firm or branch office, including ownership status, personnel by discipline, and historical experience. Agencies may supplement these instructions as needed, and it emphasizes the importance of complete and concise information that satisfies agency requests. Completing the form accurately is crucial to ensuring compliance with federal procurement regulations. This document serves as a foundational guideline in the selection process for obtaining federal A-E contracts and supports ongoing updates to maintain a pool of qualified firms.
    The document is a financial disclosure form used by contractors applying for federal contracts with the U.S. General Services Administration (GSA). It gathers critical information regarding the contractor's qualifications, financial status, and business structure, including organization type, taxpayer ID, ownership details, financial statements, and liabilities. Additionally, it inquires about the contractor's history concerning any bankruptcies, lawsuits, or debts owed to the government, and requires data on current government financing. The form is structured into several sections, which include general information, an inquiry into government financial aid, financial statements, banking information, principal suppliers, and details on existing contracts. There’s a requirement for the business to certify the accuracy of the information provided, with an emphasis on maintaining transparency throughout the process. This document plays a significant role in the context of government RFPs and grants as it helps ensure that contractors are financially sound and capable of fulfilling contractual obligations, thereby safeguarding the government's interests in federal procurement processes.
    The document consists of multiple entries representing agreements between lessors and government entities but lacks specific details about the nature of these agreements. Each entry follows a similar structure, indicating a standardized form for reporting or cataloging these lessor-government relationships. Although the purpose of these agreements is not explicitly stated, they likely pertain to leasing arrangements that can support various governmental projects or operational needs. The repetitive format suggests an emphasis on maintaining consistency in record-keeping, possibly for audit compliance within the framework of federal and state procurement processes. Overall, the document serves as a framework for documenting interactions between government and lessors, ensuring accountability and transparency in public contracts.
    The government document outlines the solicitation provisions related to the acquisition of leasehold interests in real property. The key components include detailed instructions for offerors on proposal submission, modifications, and the acceptance of late proposals under specific conditions. It emphasizes proper acknowledgment of amendments, the importance of registration in the System for Award Management (SAM), and guidelines for the execution of lease agreements across various organizational structures, such as individuals, partnerships, and corporations. The document also addresses protest procedures and requirements for facsimile proposals. Further, it establishes compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting the use of covered articles from specified sources. The government's intent is to award the lease based on the best value proposal while maintaining transparency and integrity throughout the evaluation process. Overall, this document serves as a comprehensive guide for potential offerors navigating the federal leasing solicitation process, ensuring adherence to regulations and clarity in proposal requirements.
    The document outlines general clauses related to the acquisition of leasehold interests in real property under the General Services Administration (GSA) regulations. It includes a comprehensive list of essential clauses categorized by themes such as definitions, performance obligations, payment terms, standards of conduct, adjustments, audits, disputes, and labor standards. Key clauses stipulate requirements for subletting, inspection rights, default by lessor, compliance with laws, and payment terms including prompt payment and electronic funds transfer. The document mandates adherence to federal, state, and local laws, ensuring that all actors maintain operational and safety standards throughout the leasing process. Specifically, it highlights obligations such as the maintenance of the property, handling of alterations, and the necessity for certificates of occupancy. The overall purpose is to establish clear guidelines for the government and lessors, ensuring compliance with legal and operational standards in government leasing activities. This framework supports efficient procurement processes within federal, state, and local government contexts.
    The General Services Administration (GSA) requires a Fire Protection and Life Safety Evaluation for office buildings as part of its compliance process for proposed leased spaces. The evaluation is divided into two parts: Part A for spaces below the 6th floor, completed by the Offeror or their representative, and Part B for spaces on or above the 6th floor, completed by a licensed professional engineer. Key components assessed include compliance with local fire codes, operational fire safety systems (sprinklers and alarms), exit signs, emergency lighting, elevator safety, and overall building structural integrity. Part A includes a series of questions on building characteristics and safety systems, focusing on areas of compliance and identifying any deficiencies. Part B requires a detailed narrative report, including building inspections, safety system evaluations, and recommendations for any necessary corrections. Both parts necessitate official attestations from the Offeror and engineer regarding the accuracy and integrity of the information provided. Overall, this document serves as a compliance mechanism ensuring that all offered spaces meet current safety codes and regulations, enhancing the safety of government accommodations while explicitly outlining the responsibilities of the Offeror and evaluating engineer.
    The document serves as a certification of energy performance for an Outpatient Clinic (OPC) located in Baltimore, MD, under RLP No. 36C10F25R0036. It asserts compliance with energy efficiency standards mandated by the Department of Energy (DOE) regulations, specifically 10 CFR Part 433, aimed at ensuring that new federal buildings meet stringent energy conservation criteria. The certification requires a signatory from the architect-engineer firm, which must provide their name, title, address, and professional registration details, along with the corresponding state seal. This documentation is part of federal RFPs that emphasize sustainable energy practices, underscoring the government's commitment to energy efficiency in public facilities. The structured format of the document facilitates verification and accountability within the project’s energy performance certification process.
    The document outlines the Agency Specific Requirements (ASR) related to the request for proposals (RFP) for the Baltimore, MD Outpatient Clinic under the Department of Veterans Affairs (VA). It incorporates several crucial appendices that detail project specifications and guidelines, including design narratives, room contents, facility security standards, and conceptual plans. Specifically, it references key components such as Appendix A, which involves various design documents, and Appendix B, which includes a lease service narrative. These documents aim to ensure a comprehensive understanding of the requirements for prospective lessors in developing the outpatient clinic. The ASR emphasizes the VA's commitment to creating a functional space that meets their operational and security needs while providing quality care to veterans. The structure highlights collaborative efforts involving lessors and the VA, indicating the importance of adherence to established standards and specifications in the leasing process.
    The document outlines a representation requirement for Offerors regarding the use of covered telecommunications and video surveillance equipment or services in federal contracts, pursuant to the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must disclose whether they will provide such covered equipment or services under a government contract and must conduct a reasonable inquiry to determine their use of these technologies. The representation is structured into sections on definitions, prohibitions, procedures, and required disclosures, emphasizing the federal government's stance on excluding entities associated with these technologies. This aim is to protect federal systems from potential risks associated with security issues posed by specific telecommunications equipment. Offerors are urged to review the excluded parties list on the System for Award Management (SAM) and provide detailed information if their representations affirm the use of covered equipment or services. Overall, the purpose is to ensure compliance with federal regulations concerning procurement and maintain integrity in government contracting.
    The U.S. Department of Veterans Affairs (VA) is organizing a Pre-Bid Conference for stakeholders interested in the Baltimore, MD – Outpatient Clinic (OPC) project. This conference aims to clarify the requirements outlined in Request for Lease Proposals (RLP) No. 36C10F25R0036, which was posted on SAM.gov on June 6, 2025. Interested parties must pre-register by submitting a registration form to Patricia Restrepo via email by 4:00 PM ET on June 18, 2025. Questions regarding the RLP must be submitted electronically by 4:00 PM ET on June 27, 2025, following the guidelines in Section 3.02 of the RLP. The conference is scheduled to take place at 9:30 AM ET on June 23, 2025, via Microsoft TEAMS, with access details to be provided to registered participants. This initiative emphasizes the VA's commitment to open communication with industry participants concerning project specifications and requirements.
    The "Replacement Annex" program for the Baltimore VA Maryland Healthcare System (VAMC) seeks to enhance the outpatient services by designing a comprehensive facility across multiple functional areas. With a projected timeline focusing on the fiscal year 2020 and a midpoint year of 2022, the design includes various patient care environments, administrative offices, and support services. The facility accommodates 690 rooms within the outpatient clinic, totaling a net area of 70,624 square feet, and encompasses areas such as waiting rooms, exam rooms, imaging, audiology, pharmacy, and wellness spaces. Special attention is given to functional areas catering to women veterans and specific health programs, reflecting an inclusive approach to patient care. The document outlines detailed spatial plans, including room types, dimensions, and areas designated for specific services and departments. Overall, the project emphasizes modernized patient care capabilities, efficiency in healthcare delivery, and compliance with healthcare regulations, showcasing the federal government's dedication to improving veterans' services.
    The document outlines the room contents and specifications for the Replacement Annex project at the Baltimore VA Maryland Health Care System, projected for 2020 and revised in 2024. It includes a detailed inventory of room types serving various functional areas such as outpatient, women's veteran clinics, and specialty care exam rooms. Key features identified in the rooms include group conference spaces, lactation rooms, gynecology exam rooms, telehealth capabilities, waiting areas, and utility rooms. The report emphasizes the project's alignment with privacy regulations and reflects the government's commitment to enhancing services for women veterans. The comprehensive listing also identifies essential equipment and provisions for each space, supporting the mission to deliver quality healthcare. This document is a vital part of the federal RFP process as it provides necessary specifications for contractors to understand the project's scope and requirements, ensuring compliance with federal standards while addressing the specific healthcare needs of veterans, particularly women.
    The VA Leased CBOC Design Narrative outlines the design and construction standards for Community Based Outpatient Clinics (CBOC) operated by the Veterans Affairs (VA) department. The document emphasizes compliance with various codes, standards, and references, primarily focusing on patient-centered care in line with the Patient Aligned Care Team (PACT) model. It details specific planning, design criteria, and technical requirements across several sections, including general requirements, site/civil, architecture, mechanical, plumbing, electrical, and interior design aspects. Key aspects include ensuring accessibility, accommodating patients of size, implementing robust HVAC and plumbing systems, and adhering to sustainability standards. The design also considers the safety and security of facilities, including signage and wayfinding, sound isolation, and critical dimensions for patient use. The narrative serves as a comprehensive guide for architects and contractors in developing clinics that meet the VA's operational and healthcare delivery goals, ensuring facilities are both functional and compliant. It underlines the importance of patient care models and regulatory adherence in federal projects while highlighting the necessity for precise coordination during construction to meet established expectations.
    The VA Leased Community Based Outpatient Clinic (CBOC) Design Narrative outlines comprehensive design, construction, and operational guidelines for VA-operated outpatient facilities. It consolidates governing codes, standards, and performance criteria related to the design of CBOCs, ensuring compliance with federal, state, and local regulations. Key requirements include adherence to accessibility standards, the integration of various clinical functions, and the implementation of the Patient Aligned Care Team (PACT) principles for patient-centered care. The document specifies technical narratives covering site design, architecture, mechanical systems, electrical and plumbing requirements, and acoustics tailored to healthcare settings. Additionally, it addresses tenant improvements and infrastructure support while establishing guidelines for patient safety, equipment specifications, and environmental sustainability. This narrative serves as a crucial framework for contractors and architects aiming to meet the VA's mission in delivering high-quality healthcare services to veterans within a modernized and efficient facility. The specificity of details, such as room layouts and mechanical system designs, reflects the commitment to creating safe and accommodating environments for both patients and healthcare providers.
    This document provides an extensive overview of the room data matrix for a healthcare facility, specifying requirements across various room types such as exam rooms, procedure rooms, laboratories, and patient reception areas. It details critical aspects including room identification, design specifications, HVAC parameters, lighting control, electrical outlets, and compliance with the Facility Guidelines Institute (FGI) standards. The layout emphasizes functional areas, categorizing rooms by their purposes and outlining requirements for air quality, sound isolation, temperature control, and lighting settings. Special attention is given to enhancing patient care environments through ergonomic designs and technological integration, including multi-level lighting and automated control systems. Each room section lists specifications such as finish materials, dimensions, receptacle counts, and regulatory compliance, supporting the government's commitment to providing safe, efficient, and modern healthcare facilities. These specifications aid in guiding contractors in aligning with federal, state, and local RFPs, ensuring compliance with health and safety regulations while fostering improved operational efficiency.
    The document outlines the specifications for the Information Transport Systems within Community Based Outpatient Clinics (CBOC) for the Department of Veterans Affairs. It serves as a detailed design reference, incorporating critical information on telecommunications infrastructure, including cabling, network equipment, power distribution, and equipment layout. The specifications emphasize the use of Category 6A copper and fiber optic cabling, data center standards, and telecommunications room requirements. Key elements include the provision for various power and cooling systems to support equipment loads, adherence to safety and accessibility standards, and detailed architectural designs for telecommunications equipment racks. Each telecommunications room must meet size, clearance, and connectivity standards, ensuring efficient distribution to work area outlets. The guidelines aim to enhance the operational capacity of healthcare facilities while providing secure, reliable, and efficient communication systems critical for patient care. Compliance with these specifications is essential to maintain safety standards, regulatory requirements, and the functionality of telecommunication systems within these facilities, reflecting the VA's commitment to delivering quality healthcare services.
    The document emphasizes the importance of utilizing federal and state/local RFPs (Request for Proposals) and grants as essential tools for funding government projects. It discusses the structured process involved in developing and submitting RFPs, including identifying project goals, outlining requirements, and ensuring compliance with funding regulations. Key considerations include stakeholder engagement, project timelines, budget constraints, and performance metrics essential for success. Moreover, it highlights the necessity for applicants to demonstrate their capacity to meet specified criteria and produce effective outcomes. The document serves as a guide for potential applicants, detailing best practices for navigating the complex governmental funding landscape while maximizing the chances of securing financial support for various initiatives. By fostering collaboration between public entities and private sectors, the RFP process can lead to innovative solutions to community needs, ultimately enhancing service delivery and infrastructure development.
    The document outlines security requirements for federal facilities classified under Facility Security Level II (FSL II), primarily for the Department of Veterans Affairs (VA). It details obligations for lessors regarding site design, structural integrity, and interior security measures, emphasizing the importance of protecting sensitive and critical areas. Key requirements include: proper signage, landscaping to minimize concealment, installation of video surveillance systems (VSS), and robust vehicle barriers to enhance safety. Lessor responsibilities also encompass blast resistance measures for windows, building façades, and HVAC systems, as well as intrusion detection systems (IDS) to monitor access points. Additionally, the document specifies controls for hazardous materials, vehicle access, and emergency procedures. Cybersecurity guidelines are included, prohibiting lessors from connecting building access systems to federal IT networks and suggesting best practices for mitigating cyber risks. The comprehensive security framework aims to ensure the safety of VA facilities, protecting both occupants and sensitive information from a wide array of threats while adhering to government standards and regulations.
    The provided document outlines the layout and functional areas of a health facility managed by the U.S. Department of Veterans Affairs (VA) in Baltimore. It details a multitude of spaces designated for various purposes, including staff support areas, clinical services, waiting rooms, and specialized treatment areas like audiology, dermatology, and mental health services. The document emphasizes the systematic organization of rooms, highlighting their functional attributes such as consultation rooms, training areas, and general supply storage. Each area is designated with functional area codes and annotations regarding their intended use and accessibility, ensuring compliance with healthcare standards for veterans. Additionally, the plan includes provisions for essential facilities, such as toilets for patients and staff, to cater to the needs of diverse populations. The structural details reflect the VA's commitment to improving healthcare accessibility and patient-centered care within its facilities. This document serves as a guide for contractors and service providers bidding on government contracts related to the facility's development and maintenance, indicating the essential components and layout required to support effective healthcare delivery for veterans.
    The document outlines a Combined Synopsis/Solicitation Notice related to the leasing of an Outpatient Clinic (OPC) in Baltimore, MD, for the Department of Veterans Affairs (VA). The solicitation number is 36C10F25R0036, with a response deadline set for August 8, 2025, at 4 PM Eastern Time. The project is not funded by the Recovery Act and doesn't specifically target a set-aside classification. Key aspects include various attachments detailing requirements for lease proposals, including design narratives, project room contents, facility security specifications, and forms necessary for compliance and submission. The primary contact for inquiries is Patti Restrepo at Chartwell Enterprises. The overall purpose of this solicitation is to find suitable proposals for leasing a facility that meets the VA's criterions for outpatient services in Baltimore, showcasing the government's effort to enhance healthcare accessibility for veterans. Compliance with all specified regulations and proper submission of required documents is emphasized for potential offerors in the bid process.
    The document pertains to an amendment of a previous solicitation (Solicitation Number 36C10F25R0036) by the Department of Veterans Affairs for an outpatient clinic in Baltimore, MD. The response deadline for interested parties is set for August 15, 2025. The contracting office is located at 425 I Street NW, Washington DC, and all proposals must be submitted according to the established guidelines. The document includes instructions to access several attached files, which provide important information such as a Questions and Answers matrix, wage determinations for both Baltimore City and County, and a lease design narrative for the clinic. These attachments are crucial for bidders to understand requirements, regulations, and the bidding process. This amendment serves to clarify previously issued solicitations in support of the VA’s infrastructure enhancement for veteran services.
    The document pertains to an amendment of a combined solicitation from the Department of Veterans Affairs for an outpatient clinic project in Baltimore, MD. The solicitation number is 36C10F25R0036, with a response deadline set for August 15, 2025, at 4 PM Eastern Time. This amendment includes instructions and details relevant to contractors interested in bidding on the project. The contracting office is located at 425 I Street NW, Washington, DC, with Patti Restrepo listed as the point of contact for inquiries. Supporting documents are referenced, including a detailed lease service narrative and an additional attachment related to the Baltimore outpatient clinic offering. The project falls under product service codes and industry classifications appropriate for real estate leasing services. The document emphasizes the importance of adhering to deadlines and includes standard solicitation procedures for potential contractors, demonstrating the government's initiative to establish essential healthcare infrastructure for veterans.
    This document is an Amendment No. 1 to the Request for Lease Proposal (RLP) No. 36C10F25R0036, issued by the Veterans Affairs (VA) for their Baltimore, MD Office of Primary Care (OPC). The amendment, dated July 9, 2025, outlines several critical updates pertaining to the lease proposal. It extends the due date for initial offers to August 15, 2025, and provides attached materials including a PowerPoint presentation from a pre-bid meeting, a Question-and-Answer Matrix, and a revised Lease Design Narrative that replaces an earlier document. Additionally, updated Wage Determinations for both Baltimore City and Baltimore County are included in the attachment. Respondents are required to acknowledge receipt of this amendment by initialing all pages and signing the document. This amendment serves to clarify and provide supplementary information crucial for prospective offers in the VA leasing process, ensuring compliance with regulatory norms and facilitating a transparent bidding environment.
    The document details a pre-bid conference for RLP #36C10F25R0036, outlining the proposal process for a Veterans Affairs Outpatient Clinic lease. It introduces key participants from the VA and Chartwell Enterprises, delineating project supporters and clarifying roles. The main project involves securing a fully-serviced lease for 135,148 ABOA square feet, inclusive of on-site parking. Offerors must ensure compliance with various legal and environmental requirements, including NEPA and cultural resource studies, while they prepare their offers due by August 8, 2025. Specific sections require analysis of site eligibility, security considerations, and a thorough understanding of design guidelines derived from federal standards. All submissions must include necessary contractual forms, evidence of property control, and detail tenant improvements. The evaluation will assess technical proposals alongside pricing, emphasizing a "best value" approach, which limits negotiation post-submission. This structured RLP process aligns with federal responsibilities to ensure transparent, compliant, and efficient procurement of facilities to serve veterans effectively.
    The document outlines the specifications and requirements for a property lease related to a VA facility in Baltimore, detailing the design and operational standards necessary for construction. It summarizes the anticipated timelines, including an award date targeted for Fall 2026, and details the facility's intended use, estimating 1,000 daily patients and 271 staff members. The request specifies three loading docks, the use of portable medical gases, and guidelines for kitchen facilities, indicating that no cooking kitchens will be present. Further, it touches on HVAC system requirements, stipulating that all associated components must be included in the shell cost and addressing issues like the flooring specifications and progress documentation during construction. Compliance with local codes, visual documentation of construction progress, and the expectation for specific design features related to telecommunication and security systems are also emphasized. The summary highlights critical timelines, operational capacities, and design mandates crucial for ensuring that the facility meets regulatory standards and functional needs, underscoring the VA's objective to create a compliant, high-quality healthcare environment.
    Amendment No. 2 to the Request for Lease Proposal No. 36C10F25R0036 pertains to a lease arrangement by the Veterans Affairs (VA) in Baltimore, MD, dated July 22, 2025. This amendment replaces the Lease Service Narrative issued on June 6, 2025, with an updated version that removes specific sections related to terminal cleaning and the maintenance of mechanical, electrical, and plumbing (MEP) equipment rooms. The document confirms that the VA will assume responsibility for all interior janitorial services. The amendment requires all respondents to acknowledge receipt by initialing each page and signing the document. The digital signature of Earnest Jackson, Jr., the Lease Contracting Officer, authenticates the amendment's approval. This amendment aligns with the procedural requirements typically found in federal Request for Proposals (RFPs), ensuring that potential lessors are informed of the changes and conditions before submitting their offers. Overall, it reflects the VA's ongoing commitment to maintaining clear and updated operational standards for its facilities.
    The VA Lease Service Narrative outlines the maintenance and operational requirements for leased outpatient clinic facilities under the Department of Veterans Affairs. It specifies that the document supplements the standard L-100 lease with additional criteria specific to Community Based Outpatient Clinics (CBOCs) and Health Care Centers (HCCs). Key sections detail compliance with federal, state, and local codes, as well as industry standards related to healthcare facility maintenance, such as those from the National Fire Protection Association (NFPA) and ASHRAE. The narrative covers essential services, including HVAC system management, janitorial services, snow removal, and the proper maintenance of medical gas systems, ensuring they meet stringent operational standards. Furthermore, it specifies the necessity of reporting and documentation, outlining procedures for emergency and routine maintenance with clear timelines for responses. The narrative underscores the VA's commitment to preserving a safe and operational environment for healthcare services, while emphasizing sustainability and efficiency in facility management. Overall, the document serves as a comprehensive guideline for prospective lessors or contractors seeking to comply with the operational standards set forth by the VA, ensuring high levels of service and adherence to regulatory requirements.
    The VA Lease Service Narrative outlines maintenance, utilities, and service requirements for leased facilities utilized by the VA, particularly focusing on Community Based Outpatient Clinics (CBOCs) and Health Care Centers (HCCs). It specifies that CBOCs require minimal additional documentation, while HCCs need enhanced janitorial services. The document establishes stringent adherence to various codes and standards, including local regulations, National Fire Protection Association guidelines, and sustainability standards, ensuring that all services are compliant throughout the lease term. Key areas include HVAC management, with precise temperature controls for sensitive areas, and detailed janitorial responsibilities encompassing biohazard training and cleaning protocols. Maintenance obligations extend to snow removal, pest control, and routine inspections of systems like medical gas and electrical power. The document emphasizes the need for timely reporting and corrective action in emergencies, alongside clear organizational expectations for property management. Overall, the narrative serves as a comprehensive guideline to ensure the operational efficiency, safety, and health standards of VA leased properties, illustrating the agency's commitment to service quality and regulatory compliance.
    The Offering Entity Acknowledgement Form is a key component of the proposal process for the Outpatient Clinic (OPC) in Baltimore, MD, under RLP ID: 36C10F25R0036. This document requires the offeror to provide essential details for evaluation, including entity name, address, tax identification number, and confirmation of authorized officials' roles in the System for Award Management (SAM) and their entity’s operating agreement. The offeror must also indicate their contractor status, specifically if they qualify as a Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), or Small Business (SB) and confirm their SAM certification under the NAICS 531120. Additionally, verification in VetCert is required. Timely submission of the requested information is critical, as any omissions could render the proposal non-responsive, ultimately impacting the award evaluation process. This form is instrumental in maintaining compliance and ensuring that the selection process adheres to federal guidelines for government contracts and grants.
    The document outlines the Offeror Proposal Compliance Matrix for Request for Lease Proposals (RLP No. 36C10F25R0036) for an Outpatient Clinic in Baltimore, MD. Its purpose is to ensure that offerors completely address required submittals categorized into four critical volumes: Technical Proposal, Price Proposal, Environmental, and Additional Submittals & Financial Capability. Each volume contains specific items that the offerer must verify by marking 'Yes' or 'No' and providing a location and comments as necessary. The matrix emphasizes compliance with various RLP references and mandates documentation completion, including site assessments, architectural plans, past performance records, and environmental compliance evidence. Key proposals include evidence of accessibility, fire protection, and socio-economic status through SAM registration. The structured approach facilitates evaluation by providing a clear compliance checklist for government reviewers, ensuring all essential aspects of the proposal reflect adherence to lease requirements and 'best practices' in facility planning and operation. This document underscores the importance of detailed proposal submissions in federal contracting processes.
    The document appears to be a technical notice related to the inability to display the contents of a PDF file. It suggests upgrading to the latest version of Adobe Reader on various operating systems to resolve the issue. Additionally, it provides links for further assistance regarding Adobe Reader. However, the file does not contain any specific information about government RFPs, grants, or state/local initiatives. Since the content is not accessible, there are no main topics or ideas to summarize beyond the technical aspects of document accessibility and the need for a PDF viewer. Therefore, it cannot be analyzed for context within government activities involving RFPs or grants.
    The document outlines guidelines for offerors participating in a Request for Lease Proposal (RLP) issued by the Department of Veterans Affairs for an Outpatient Clinic in Baltimore, MD (RLP No. 36C10F25R0036). Key instructions include the requirement for offerors to complete all specified gray-colored cells in Attachment #1 of Form 1364, ensuring dollar values are presented in real dollars with a two-decimal format. The document details various financial metrics such as rentable square feet, annual operating expenses, tenant improvement costs, and rental rates for both a 15-year and 20-year lease term. Offerors are instructed not to include any formulas or copied values from external spreadsheets. Specific sections outline the necessity of detailing annual rents and operating expenses over the lease years while providing lump-sum calculations for tenant improvements. However, many sections are not populated, indicating that values are not yet provided. This document serves to standardize responses for lease proposals aimed at meeting the facility needs of veterans, reflecting the federal emphasis on transparency and accountability in government contracting processes.
    The Lessor's Annual Cost Statement is a vital document used by the General Services Administration (GSA) in the process of acquiring leased space for government use. This form requires lessors to estimate the annual costs associated with services and utilities included in rental agreements, such as cleaning, heating, electrical, plumbing, air conditioning, and elevator maintenance. It also requests information on ownership costs that exclude capital charges, like real estate taxes, insurance, and repair expenses. The structure of the form is divided into two main sections: the first requires detailed cost estimates for services provided as part of the lease, and the second focuses on general ownership costs. Included instructions guide lessors through the completion process, emphasizing the need for accurate estimations and consistency with community rental rates. The overarching goal of the document is to ensure a fair assessment of rental charges and to support the government’s objective of obtaining leased properties at competitive rates. By gathering comprehensive cost data, the GSA aims to uphold transparency and responsibility in federal leasing practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1DB--South Palm Beach County, FL OPC 56,076 ANSI/BOMA
    Buyer not available
    The Department of Veterans Affairs is seeking Expressions of Interest (EOI) for the leasing of approximately 56,076 to 63,086 rentable square feet of outpatient clinic space in South Palm Beach County, Florida. The VA is open to both existing buildings and land for new construction, with a lease term of up to twenty years, and properties must meet specific criteria, including being on a single contiguous floor, not located in a FEMA 100-year flood plain, and zoned for VA use. This procurement is crucial for providing necessary healthcare services to veterans, ensuring accessibility to amenities and public transportation. Interested parties must submit their EOIs by January 16, 2026, at 4:00 PM ET, and can contact Patricia Restrepo or Kasey Hughes at Chartwell Enterprises via email or phone for further information.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.
    Yukon, OK CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a medical clinic space in Yukon, Oklahoma, specifically under Request for Lease Proposals (RLP) No. 36C24W25R0116. The requirement is for 22,155 to 26,586 ABOA square feet of contiguous space, with a 20-year lease term (10 years firm) and the provision of 150 reserved parking spaces. This facility will expand existing services and introduce new healthcare offerings for veterans, adhering to strict VA and federal building codes, including security and environmental standards. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025; interested parties should contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1DB--New Maryville CBOC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    Cleveland, WI VA CBOC New Replacing Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and federal regulations for accessibility, fire safety, and energy efficiency. Proposals are due by December 11, 2025, at 3:00 PM CST, and interested parties are encouraged to participate in a virtual pre-proposal conference on December 2, 2025. For further inquiries, contact Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.