X1DB--Georgetown/Mt Orab OH-VA Clinic Lease
ID: 36C25025R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking to lease 11,241 ABOA square feet of medical office space along with sixty parking spaces for a Community Based Outpatient Clinic (CBOC) in the Georgetown and Mt. Orab, Ohio area. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance healthcare accessibility for veterans. The lease may extend up to 20 years, with proposals due by May 5, 2025, and interested parties are encouraged to review the attached documents for detailed requirements, including compliance with safety, environmental, and accessibility standards. For further inquiries, contact Danielle Butler, Leasing Contract Specialist, at danielle.butler1@va.gov or call 216-447-8300.

Point(s) of Contact
Danielle ButlerLeasing Contract Specialist
(216) 447-8300
danielle.butler1@va.gov
Files
Title
Posted
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 15, 2024, 2:25 PM UTC
The U.S. Department of Veterans Affairs (VA) is seeking expressions of interest for leasing 11,241 ABOA square feet of space and 75 parking spots in Georgetown/Mt. Orab, Ohio, to operate a Community-Based Outpatient Clinic (CBOC) under a lease term not exceeding 20 years. This presolicitation notice aims to identify potential sources, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), registered with the VA’s Vendor Information Pages. Interested parties must submit detailed proposals by November 8, 2024, including critical information such as property ownership, site plans, floodplain status, and zoning compliance. Specific site requirements include being on a single floor, maintaining accessibility standards, proximity to public transportation, and having available public utilities. The rental payments will be made monthly post-acceptance, with no progress payments during construction. This initiative emphasizes the VA's commitment to expanding healthcare access for veterans while ensuring compliance with federal standards and facilitating community collaboration. The solicitation number for this notice is 36C25025R0020, with additional details available through the VA health website.
Apr 9, 2025, 1:09 PM UTC
The Department of Veterans Affairs (VA) seeks to lease 11,241 ABOA square feet of medical office space along with sixty parking spaces for a Community Based Outpatient Clinic (CBOC) in the Georgetown and Mt. Orab, Ohio area. This leasing opportunity is designated for Service-Disabled Veteran Owned Small Businesses (SDVOSBC). Bids will be accepted for existing buildings or multi-tenant constructions, not exclusive build-to-suit facilities. Interested parties are directed to review the attached documents related to requirements, floor plans, security levels, and various forms necessary for the proposal process. The solicitation number is 36C25025R0020, with responses due by May 5, 2025. The objective is to enhance healthcare accessibility for veterans while supporting the participation of veteran-owned small businesses in government contracts.
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Apr 9, 2025, 1:09 PM UTC
The lease agreement between the Lessor and the Government outlines the terms for a property located at a specified address. It includes provisions for rent, lease term, termination, renewal rights, and various conditions governing the occupancy and use of the premises. The Lessor agrees to provide the Government with a designated amount of office space and related facilities, including rights to parking and other appurtenant areas. Rent is structured into firm and non-firm terms, with specifics on tenant improvements and annual adjustments based on operating costs and real estate taxes. The document stipulates due diligence requirements, obligations of both parties, and conditions for alterations during the lease term. It also covers management responsibilities, payment protocols, and legal compliance with applicable regulations, including the responsibility for environmental standards. Importantly, the agreement establishes conditions for a transfer of ownership or title, ensuring that the Government's interests are protected throughout the lease duration. Overall, this lease template serves as a comprehensive framework guiding the relationship between the Lessor and Government, aimed at ensuring operational efficiency and compliance within the federal leasing context.
Apr 9, 2025, 1:09 PM UTC
The document outlines the U.S. Department of Veterans Affairs (VA) requirements for leasing and constructing a new Community-Based Outpatient Clinic (CBOC) in Georgetown or Mt. Orab. The offeror must provide a space of approximately 11,241 net usable square feet, with accessibility to public transportation and adhere to the VA's design guides and construction specifications. Tenant improvement requirements encompass various standards, including compliance with building codes, accessibility guidelines, life safety codes, and security protocols. Specific divisions address sustainability, drawing formats, interior finishes, and equipment installations relevant to healthcare settings. Comprehensive janitorial services are also required to maintain cleanliness and sanitation, including routine and periodic cleaning schedules, with prescribed tasks to ensure compliance with health and safety standards. The document serves as a detailed guide for offerors aiming to respond to the RFP, ensuring all technical and compliance requirements are met to provide a functional, secure, and safe facility for veterans receiving care. This solicitation reflects the VA’s commitment to meeting the healthcare needs of veterans while adhering to federal regulations and standards.
Apr 9, 2025, 1:09 PM UTC
The document outlines the design and construction plans for a Community Based Outpatient Clinic (CBOC) located in Georgetown, OH, encompassing essential facilities aimed at serving veterans. It details various functional areas within the clinic, including patient care rooms, a lactation room for women veterans, a laboratory section, educational and group care spaces, as well as logistical and administrative areas. Specific room codes, areas, and expected net and gross square footage for each functional aspect are listed, ensuring adherence to space and utility requirements. The project emphasizes providing a welcoming, efficient environment that supports both patients and staff. Key components include appropriate spaces for patient interactions, health services, and educational programs, which reflect the focus on veteran-specific services. Overall, this initiative aligns with the federal objective of enhancing healthcare access and quality for veterans while ensuring compliance with relevant health and safety regulations. The organized structure and detailed planning showcased in the document demonstrate the commitment of the Department of Veterans Affairs to meet the healthcare needs of veterans in Georgetown and surrounding areas.
Apr 9, 2025, 1:09 PM UTC
The document outlines the security requirements for Federal Facility Level II as part of a lease agreement with the Department of Veterans Affairs (VA). It details obligations for lessors concerning site security criteria, structure security, facility entrance security, and interior security measures. Key specifications include controlling access to sensitive and critical areas, implementing effective video surveillance systems (VSS) and intrusion detection systems (IDS), and ensuring blast-resistant features in construction materials. It emphasizes comprehensive monitoring and emergency response plans, alongside cybersecurity protocols for building access control systems. The overarching goal is to create a secure environment that adheres to government standards while protecting facilities, personnel, and sensitive data. This document serves as a guideline in the context of federal RFPs and grants, ensuring lessors fulfill strict security measures as part of contract compliance with the VA.
Apr 9, 2025, 1:09 PM UTC
The document outlines solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It includes essential instructions for offerors regarding proposals, modifications, and submissions. Key definitions clarify terms such as "proposal modification" and "discussions." Offerors must acknowledge amendments and submit proposals in specified formats, with strict timelines for late proposals detailed. The government reserves the right to reject proposals deemed unbalanced or non-compliant and will seek the best value through evaluation factors. Overall, compliance with information security and equal opportunity regulations is emphasized, particularly for contracts exceeding $10 million. The document also covers requirements for SAM registration, unique entity identifiers, and disclosures related to federal acquisition supply chain security. This guidance is critical for ensuring that participants in RFPs follow procedural correctness, maintain competitive integrity, and comply with legal obligations.
Apr 9, 2025, 1:09 PM UTC
The document outlines the general clauses related to the acquisition of leasehold interests in real property for government entities. It provides a structured framework covering definitions, performance obligations, payment terms, standards of conduct, adjustments, audits, and dispute resolutions. Key clauses include terms on subletting, maintenance responsibilities, conditions for default by lessor, and the government's rights to inspect the premises. Moreover, it specifies compliance with applicable laws and outlines contractor obligations regarding business ethics and labor standards, including equal opportunity provisions for veterans and individuals with disabilities. The document emphasizes the importance of securing personal identity verification, safeguarding contractor information systems, and adhering to protocols related to the Federal Acquisition Supply Chain Security Act (FASCSA). Overall, the purpose of the document is to ensure legal compliance, define mutual obligations between the government and lessors, and establish protocols for lease management and oversight, essential for federal RFPs and other government agreements.
The file appears to contain technical information related to a PDF viewer issue, specifically Adobe Reader. Users are prompted to ensure their PDF viewer can display the document's contents and provided with links to download the latest version of Adobe Reader for various operating systems. Additionally, the document references trademarks associated with Windows, Mac, and Linux systems. The overall purpose of this notice is to inform users of troubleshooting steps for displaying the government file, along with guidance on software upgrade options. However, no substantive information or content regarding federal RFPs, grants, or local programs is present in this excerpt.
Apr 9, 2025, 1:09 PM UTC
The Lessor's Annual Cost Statement serves as a crucial document for federal leasing processes, primarily prepared for the U.S. General Services Administration (GSA). It outlines estimated annual costs associated with services, utilities, and ownership of a rental property, relevant for both whole buildings and government-leased areas. The statement includes detailed sections for various services such as cleaning, heating, electrical, plumbing, and maintenance, providing a thorough breakdown of costs, like salaries and supplies related to these services. The document mandates the completion of certification sections to ensure the accuracy of estimated costs and includes instructions on measuring rentable area, identifying property, and categorizing expenses. Real estate costs, insurance, and management fees are also vital for evaluating the fair market value of leased spaces. Overall, this statement is designed to facilitate transparent and competitive leasing agreements while ensuring compliance with federal fiscal policies.
The document outlines the requirements for a Fire Protection and Life Safety Evaluation for office buildings as part of the General Services Administration (GSA) prelease process. It consists of two parts: Part A for spaces below the 6th floor and Part B for those on the 6th floor or above. Part A requires completion by the Offeror, focusing on basic fire protection features and compliance with local building codes, including assessments of sprinkler and alarm systems, emergency lighting, and exit conditions. Part B mandates a professional engineer's detailed evaluation, including compliance with fire safety codes, inspection of hazardous areas, and a review of emergency systems. The engineer must document any deficiencies and propose corrective actions. Overall, this evaluation ensures that offered office space meets safety standards critical for government leasing agreements, contributing to compliance with federal requirements for public safety in government-leased properties.
Apr 9, 2025, 1:09 PM UTC
The document outlines a construction cost estimate for tenant improvements (TI) related to project 36C25023R0113, managed by the VHA 610 in Warsaw, IN. It categorizes costs under various divisions such as general requirements, site work, concrete, masonry, and more, with a focus on preparing the space from a shell condition to a usable state. Each division includes potential costs for materials and labor, though specific financial figures remain undefined throughout. The document emphasizes the need for adherence to guidelines regarding the area of the building measured in ABOA (Usable Area), with details focused on general contractor and architectural fees as well as management costs. Additionally, the "High Impact Percentage Cost Analysis" assesses the financial impact of structural upgrades, façade work, and HVAC systems, among others, to ensure comprehensive project coverage. The overall goal is to provide a detailed and structured approach to estimating the financial requirements for improvements necessary for compliance and operational efficiency within the confines of government contracting processes. The emphasis on accurate budgeting reflects the importance of managing taxpayer dollars effectively in federal and local projects.
Apr 9, 2025, 1:09 PM UTC
The document presents the Security Unit Price List for the Warsaw Community Based Outpatient Clinic (CBOC) under the federal lease number 36C25023L0027, detailing security countermeasures for the facility. It includes sections on employee access control, screening requirements, public restrooms, visitor access control, identity verification, and signage. The form captures unit prices for security measures categorized as 'SHELL' and outlines the need for quoting prices based on final design documents. The Lease Specific Amortized Capital (BSAC) is essential for estimating potential countermeasures. The document emphasizes compliance with the government's security standards, highlighting that certain costs should not be priced on this document but on a separate form if applicable. Additional considerations include cybersecurity requirements, security system testing and maintenance, and facility security administration. Overall, it serves as a structured framework for bidders to provide pricing for security infrastructure related to the CBOC, reflecting the government's focus on safety and preparedness within public health facilities.
Apr 9, 2025, 1:09 PM UTC
This document pertains to Ohio's wage determination for building construction projects in Brown County and is governed by the Davis-Bacon Act. It outlines wage rates and fringe benefits for various labor classifications, specifying that contracts affected by Executive Orders 14026 and 13658 require minimum wage payments of $17.75 and $13.30 per hour, respectively, based on the contract initiation date. The wage rates for specific occupations such as electricians, carpenters, and laborers are detailed, along with the corresponding fringe benefits. The document also includes compliance guidelines for contractor requirements and protections under federal law, particularly regarding paid sick leave as mandated by Executive Order 13706. Additionally, it describes the appeal process for disputes related to wage determinations, emphasizing initial decision inquiries, review requests to the Wage and Hour Administrator, and further appeals to the Administrative Review Board. Overall, this wage determination ensures fair compensation for workers in federally funded construction projects while adhering to established labor standards and regulations.
Apr 9, 2025, 1:09 PM UTC
The document pertains to RLP Number 36C25025R0020 for the Georgetown/Mt. Orab CBOC, serving as an Offeror Acknowledgement. It outlines essential information that must be provided by the offering entity to ensure proposal evaluation. Key components include the offering entity's name, address, unique identifiers (SAM UEI, DUNS), tax identification, and details regarding an authorized official. The document stresses the significance of the authorized official's certifications in the System for Award Management (SAM) and their verification status in VetCert, necessary for maintaining compliance within small business program representations under specific NAICS codes. The filing includes sections requiring a signature from the entity's point of contact, attesting to the accuracy of the provided information. The primary focus is on ensuring the proposal's responsiveness, which is critical for participation in government contracting opportunities. This structured form is crucial for procurement processes, maintaining transparency and accountability in government grants and contracts across federal and local levels.
Apr 9, 2025, 1:09 PM UTC
The Past Performance Survey Form, part of Request for Lease Proposal 36C25025R0020, assesses lessors’ performance in managing leased space for government contracts. Evaluators score elements such as management of space, customer satisfaction, and timeliness using a rating scale from Exceptional (E) to Unsatisfactory (U). Key evaluation criteria include staff qualifications, maintenance standards, service responsiveness, and adherence to timelines. The survey also includes narrative sections to capture the lessor’s strengths, areas for improvement, and any compliance issues experienced during the lease. Additionally, the document inquiries whether the lease has faced termination issues and requires evaluators to summarize the lessor's overall performance rating. The form is submitted via email to designated contacts before the RLP's closing date. This survey serves a critical purpose in ensuring accountability and quality in government leasing practices, enabling informed decisions for future solicitations and contract awards. Such assessments ultimately aim to uphold high standards in public sector engagements and contract management.
Apr 9, 2025, 1:09 PM UTC
The AbilityOne Certification document outlines the requirements for federal entities to procure services from qualified nonprofit agencies (NPAs) for individuals who are blind or severely disabled. According to the AbilityOne Commission regulations, agencies must utilize NPAs listed on the AbilityOne Procurement List unless no qualified agency is available or able to provide the service. Specifically, if custodial services included in a lease are on the AbilityOne Procurement List, these services must also be obtained from an NPA designated by the Commission. In cases where services are unavailable, an Offeror must submit a certification detailing their outreach efforts to locate services and an explanation for their absence, alongside their proposal. The document emphasizes a strong commitment to utilizing NPAs that support disabled individuals, affirming federal compliance with 41 U.S.C. §8504.
Apr 9, 2025, 1:09 PM UTC
This document outlines the representation requirements for Offerors regarding certain telecommunications and video surveillance services or equipment when contracting with federal agencies. Specifically, it addresses the prohibitions under Section 889 of the John S. McCain National Defense Authorization Act, which bars agencies from procuring or renewing contracts involving covered telecommunications equipment or services. Offerors must complete representations confirming they either do or do not provide such equipment, detailing any necessary disclosures about the origins and intended use of the items or services offered. The document emphasizes the need for Offerors to conduct a reasonable inquiry into their usage of covered telecommunications, outlining necessary actions if they respond positively to specific queries. It also guides Offerors to consult the System for Award Management (SAM) for excluded entities. By ensuring compliance with these representations, the government increases oversight to secure critical technology and mitigate risks associated with telecommunications infrastructure.
Apr 9, 2025, 1:09 PM UTC
The Request for Lease Proposals (RLP) No. 36C25025R0020 outlines the requirements for leasing space in Georgetown/Mt. Orab, Ohio, specifically set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by May 5, 2025, and must adhere to criteria such as the provision of 11,241 ANSI/BOMA square feet of space in a quality building with specific features, including accessibility, amenities, and security protocols. The lease term may extend up to 20 years, with various bidding scenarios required. Offerors must demonstrate compliance with environmental, historical, and safety regulations. The government prioritizes spaces located outside floodplains, near essential services like hospitals and public transport, and meeting energy efficiency standards under the Energy Independence and Security Act. Furthermore, the document mandates comprehensive proposal submissions, including pricing terms, signage authority, and proof of zoning compliance. It emphasizes detailed evaluations based on security requirements and the potential for an efficient layout. The procurement process encourages green building practices and mandates adherence to federal guidelines to ensure safety and sustainability throughout the lease term.
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Oct 12, 2024, 1:13 AM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Presolicitation
Similar Opportunities
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.
X1DB--Warren, Ohio New Replacing
Buyer not available
The Department of Veterans Affairs is seeking Expressions of Interest for leasing approximately 10,000 ABOA square feet of office and medical space, along with 100 parking spaces, for an Outpatient Clinic in Warren, Ohio. The project aims to identify suitable locations that meet specific criteria, including zoning for medical use, access to municipal utilities, and proximity to amenities such as hospitals and public transport. This opportunity is particularly significant for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), as the VA may reserve the contract for qualified small businesses, with a project value estimated between $2 million and $5 million. Interested parties must submit a Capabilities Statement by March 11, 2025, and can direct inquiries to Contract Specialist Brian Walton at Brian.Walton@va.gov or by phone at 216-447-8300 x 49519.
X1DB--Hudson Outpatient Surgery Center
Buyer not available
The Department of Veterans Affairs (VA) is seeking Expressions of Interest for approximately 8,000 ABOA square feet to establish an Outpatient Surgery Center in Hudson, Ohio, under solicitation number 36C25025R0084. The VA requires existing buildings that can support municipal utilities and meet specific criteria, including contiguous space on a single floor, proximity to public transportation, and compliance with zoning and environmental safety standards. This initiative is part of the VA's commitment to expanding healthcare facilities for veterans, with an estimated project budget between $500,000 and $1,000,000, and a submission deadline for interested parties set for May 2, 2025, at 5:00 PM ET. For inquiries, contact Contract Specialist Brian Walton at Brian.Walton@va.gov or by phone at 216-447-8300 x 49519.
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.
X1AA--Oscoda CBOC - New/Replacing Lease
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Oscoda Community-Based Outpatient Clinic (CBOC) in Oscoda, Michigan, under solicitation number 36C25024R0208. The procurement aims to secure approximately 14,000 ABOA square feet in a modern facility that meets specific operational, environmental, and accessibility standards, with a lease term anticipated to last up to 20 years. This initiative is crucial for enhancing healthcare services for veterans, ensuring that the facility complies with federal regulations and provides a safe and efficient environment for patient care. Interested parties must submit their proposals by May 19, 2025, and can contact Leasing Contract Specialist Lisa Newlin at lisa.newlin@va.gov or 317-697-9786 for further information.
X1DB--Baltimore Outpatient Clinic (PACT ACT) 135,148 ANSI/BOMA (Expanded Delineated Area)
Buyer not available
The Department of Veterans Affairs is seeking Expressions of Interest from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the leasing of approximately 135,148 ABOA square feet of outpatient clinic space in Baltimore, MD, as part of the PACT Act initiative. The procurement aims to identify potential sources for outpatient clinic facilities that meet specific requirements, including compliance with zoning and safety standards, accessibility, and infrastructure capabilities, while ensuring the offered spaces are contiguous and outside FEMA floodplains. This opportunity underscores the VA's commitment to engaging veteran-owned enterprises in government contracting, with submissions due by May 7, 2025, and a market survey anticipated in late Spring 2025. Interested parties should contact Realty Specialist Earnest (EJ) Jackson at Earnest.Jackson@va.gov for further inquiries.
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.
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.